← Back to Washington County, GA

Document Washingtoncountyga_doc_bc13259ecd

Full Text

Bid No. 2025-003 BID DOCUMENTS FOR BID NO. 2025-003 2025 LMIG RESURFACING VARIOUS ROADS WITHIN WASHINGTON, JEFFERSON, and GLASCOCK COUNTIES Washington County 119 Jones Street Sandersville, Georgia 31082 ---PAGE BREAK--- Bid No. 2025-003 BID TABLE OF CONTENTS  Notice to Contractors  Bid Form  Bid Bond  Debarment and Suspension  Contractor Affidavit and Agreement  Subcontractor Affidavit and Agreement  Prime Contractor Certification of Non-Segregated Facilities  Subcontractor Certification of Non-Segregated Facilities  References  List of Subcontractors  Schedule of Items ---PAGE BREAK--- Bid No. 2025-003 I-3 SECTION I NOTICE TO CONTRACTORS Sealed bids will be received by the Washington County Board of Commissioners, Sandersville, Georgia, at the county commission office, 119 Jones Street, Sandersville, Georgia 31082, until 2:00 p.m. local time, Friday, May 22, 2025, for: 2025 LMIG RESURFACING This project consists of a total of 31.61 miles of asphalt paving, and striping. Bids received after the stated time will not be accepted. At 2:00 p.m. local time on the above date, the bids will be publicly opened and read aloud. The Bid should be submitted in duplicate and include: 1. Completed Bid Form 2. Bid Bond, Certified Check or Cashier's Check 3. Contractor Affidavit and Agreement 4. Subcontractor Affidavit and Agreement 5. Prime Contractor Certification of Non-Segregated Facilities 6. Subcontractor Certification of Non-Segregated Facilities 7. References 8. List of Subcontractors 9. Schedule of Items Bidding documents may be purchased at: Atlas Technical Consultants, LLC. Contact Alan Smith at (478)357-4192, or [EMAIL REDACTED]. Bid packages are $30 per CD. (non-refundable) from: Atlas Technical Consultants LLC. Attn: Alan Smith 2450 Commerce Avenue Suite 100 Duluth, Georgia 30096 Phone [PHONE REDACTED] Washington County Board of Commissioners does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Washington County Board of Commissioners Government should be directed to Chris Hutchings, County Administrator, Washington County Board of Commissioners 119 Jones Street, Sandersville, Georgia 31082, [PHONE REDACTED]. All suppliers must submit with bid, a bid bond, certified check or cashier’s check in the amount of five percent of the total bid. Failure to submit a bid bond with the proper rating will ---PAGE BREAK--- Bid No. 2025-003 I-4 result in the bid being deemed non-responsive. Successful supplier will be required to meet insurance requirements, submit a one hundred percent (100%) performance bond and a one hundred percent (100%) payment bond. Insurance and Bonding Company must be licensed to do business by the Georgia Secretary of State, authorized to do business in Georgia by The Georgia Insurance Department, listed in the Department of Treasury’s Publication of Companies holding Certificates of Authority as Acceptable Surety on Federal Bonds and as acceptable reinsuring companies. The bid bond, payment bond, and performance bond must have an A.M. Best rating of A-10 or higher. Individuals, firms and businesses seeking an award of a Washington County Board of Commissioners contract may not initiate or continue any verbal or written communications regarding a solicitation with any Washington County Board of Commissioners officer, elected official, employee or other Washington County Board of Commissioners representative without permission of the County Administrator named in the solicitation between the date of the issuance of the solicitation and the date of the final contract award by the Washington County Government. Violations will be reviewed by the County Administrator. If determined that such communication has compromised the competitive process, the offer submitted by the individual, firm or business may be disqualified from consideration for award. Questions regarding Bidding Documents, Drawings and Specifications should be directed to Alan Smith, Atlas Technical Consultants, LLC at [EMAIL REDACTED] no later than Friday, May 16, 2025. The written bid documents supersede any verbal or written prior communications between the parties. Award will be made to the lowest responsible and responsive bidder. Washington County Board of Commissioners reserves the right to reject any or all bids, to waive technicalities, and to make an award as deemed in its best interest. Where Washington County Board of Commissioners provides forms for bid schedule and bond submissions, these forms must be used without exception. Any deducts to the bid must be itemized by the line item number in the bid schedule or Washington County Board of Commissioners will apply the deduct as it deems appropriate. Award notification will be posted after award on the Washington County Board of Commissioners website, Bid Postings • Washington County, GA • CivicEngage The Bidding Documents consist of the following, including all addenda issued therewith and forms referenced therein: Section I - Bid Form Section II - Contract Documents ---PAGE BREAK--- I-5 specified number of calendar days on Various Roads in Washington, Jefferson and Glascock Counties, damages and not as a penalty, $750 per calendar day for failure to complete the work in the liable and hereby agrees to pay the Washington County Board of Commissioners as liquidated number of calendar days. If said work is not completed within the time stated, the Contractor shall be work on project Various Roads in Washington, Jefferson and Glascock Counties in the specified and equipment within ten (10) calendar days from receipt of Notice to Proceed, and to complete the The Bidder further proposes and agrees hereby to commence the Work with adequate forces in the prices bid for the various items scheduled. incidental to the scope, intent, and completion of the Contract, shall be deemed to have been included expenses incurred, which are not specifically delineated in the Contract Documents but which are The Bidder agrees that the cost of any work performed, materials furnished, services provided or the attached Schedule of Items for the unit prices stated. In accordance with the foregoing, the undersigned proposes to furnish and construct the items listed in called for in the Specifications. It is the intent of this Bid to include all items of construction and all Work indicated on the Drawings and furnished from Georgia Department of Transportation certified suppliers only. them. All materials used in the process of completion of the work included in the contract will be Conditions, Supplements thereto (Published and Not Published) and Special Provisions modifying Transportation Standard Specifications Construction of Transportation Systems, 2013 Edition, General Unless otherwise directed, all work performed shall be in accordance with the Georgia Department of Commissioners in full conformance with the Contract Documents. proposes and agrees that if his bid is accepted, he will contract with the Washington County Board of and has satisfied himself as to the actual conditions and requirements of the Work, and hereby Documents hereto attached, and has made a personal examination of the Site of the proposed Work, The Bidder has carefully examined and fully understands the Contract, Plans, Specifications, and other COUNTIES WITHIN WASHINGTON, JEFFERSON, GLASCOCK 31.61 MILES OF RESURFACING OF VARIOUS ROADS manner therein specified within the time specified, as therein set forth, for: specified in the Contract, or called for by the Drawings, or necessary to complete the Work in the necessary machinery, tools, apparatus, and other means of construction, and all materials and labor proposes to enter into a Contract with Washington County Board of Commissioners, to provide the In compliance with your Notice to Contractors, the undersigned, hereinafter termed the Bidder, Gentlemen: SANDERSVILLE, GEORGIA 31082 119 Jones Street, SW To: WASHINGTON COUNTY BOARD OF COMMISSIONERS BID FORM Bid No. 2025-003 ---PAGE BREAK--- Bid No. 2025-003 I-6 all as liquidation of the extra expense incurred by the Washington County Board of Commissioners and liquidated damages to the Washington County Board of Commissioners. Liquidated damages will continue until the contract is complete. If this bid shall be accepted by the Washington County Board of Commissioners and the undersigned shall fail to execute a satisfactory contract in the form of said proposed Contract, and give satisfactory Performance and Payment Bonds, or furnish satisfactory proof of carriage of the insurance required, within ten days from the date of Notice of Award of the Contract, then the Washington County Board of Commissioners may at its option, determine that the undersigned abandoned the Contract and thereupon this bid shall be null and void, and the sum stipulated in the attached Bid Bond or certified check shall be forfeited to the Washington County Board of Commissioners as liquidated damages. Bidder acknowledges receipt of the following addenda: Addendum No. Date Received bidder further declares that the full name and resident address of all persons and parties interested in the foregoing bid as principals, are as follows: Signed, sealed, and dated this Day of , Bidder: (Seal) Company Name Bidder Mailing Address: By: Title: ---PAGE BREAK--- Bid No. 2025-003 I-7 Washington County Board of Commissioners, Georgia BID BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a (Corporation, Partnership or Individual) hereinafter called Principal, and _ (Name of Surety) (Address of Surety) a Corporation of the State of , and a surety authorized by law to do business in the State of Georgia, hereinafter called Surety, are held and firmly bound unto Washington County Board of Commissioners (Name of Obligee) 119 Jones Street, Sandersville, Georgia 31082 (Address of Obligee) Thereinafter referred to as Obligee: in the penal sum of Dollars ) in lawful money of the United States , for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. WHEREAS, the Principal is about to submit, or has submitted, to Washington County Board of Commissioners, Georgia, a proposal for furnishing materials, labor and equipment for: WHEREAS, the Principal desires to file this Bond in accordance with law in lieu of a certified Bidder's check otherwise required to accompany this Bid. NOW, THEREFORE, the conditions of this obligation are such that if the bid be accepted, the Principal shall within ten days after receipt of notification of the acceptance, execute a Contract in accordance with the Bid and upon the terms, conditions, and prices set forth in the form and manner required by Washington County Board of Commissioners, Georgia, and execute a sufficient and satisfactory Performance Bond and Payment Bond payable to Washington County Board of Commissioners, Georgia, each in an amount of 100% of the total Contract Price, in form and with security satisfactory to said Washington County Board of ---PAGE BREAK--- Bid No. 2025-003 I-8 Commissioners, Georgia, and otherwise, to be and remain in full force and virtue in law, and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to Washington County Board of Commissioners, Georgia, upon demand, the amount hereof in good and lawful money of the United States of America, not as a penalty, but as liquidated damages. PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated, as Amended, including, but not limited to, O.C.G.A. § 36-91-1 et seq. , and is intended to be and shall be constructed as a bond in compliance with the requirements thereof. Signed, sealed, and dated this day of A.D., 20 . ATTEST: (Principal) (Principal Secretary) BY: (SEAL) (Address) (Witness as to Principal) (Address) (Surety) ATTEST: By: (Attorney-in-Fact) Resident or Nonresident Agent (SEAL) (Address) (Witness as to Surety) (Address) NOTE: If Contractor is Partnership, all partners should execute Bond. Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. ---PAGE BREAK--- Bid No. 2025-003 I-9 Certification Regarding Debarment and Suspension Certification A: Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief that its principals; a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b. Have not within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph of this certification; and d. Have not within a three-year period preceding this application/ proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Instructions for Certification 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency’s determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was place when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. 4. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. 6. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction,” provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. ---PAGE BREAK--- Bid No. 2025-003 I-10 Certification B: Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction,” without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph of these instructions, if a participant in a lower covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies including suspension and/or debarment. Applicant Date Signature of Authorized Certifying Official Title ---PAGE BREAK--- Bid No. 2025-003 I-11 GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVITS The Washington County Board of Commissioners, Georgia and Contractor agree that compliance with the requirements of O.C.G.A. § 13-10-91, as amended, and Rule 300-10-1- .02 of the Rules of the Georgia Department of Labor are conditions of this Agreement for the physical performance of services. The Contractor further agrees that its compliance with the requirements of O.C.G.A. § 13-10- 91, as amended, and DOL Rule 300-10-1-.02 is attested to on the executed Contractor Affidavit and Agreement attached hereto. If employing or contracting with any subcontractor(s) in connection with this Agreement, Contractor further agrees: 1. To secure from the subcontractor(s) an affidavit attesting to the subcontractor's compliance with O.C.G.A. § 13-10-91, as amended, and DOL Rule 300-10-1-.02; such affidavit being in the form attached hereto; and 2. To submit such subcontractor affidavit(s) to the County when the subcontractor(s) is retained, but in any event, prior to the commencement of work by the subcontractor(s). The failure of Contractor to supply the affidavit of compliance at the time of execution of this Agreement and/or the failure of Contractor to continue to satisfy the obligations of O.C.G.A. § 13-10-91, as amended, and DOL Rule 300-10-1-.02 as set forth in this Agreement throughout the contract period shall constitute a material breach of the contract. Upon notice of such breach, Contractor shall be entitled to cure the breach within ten days, upon providing satisfactory evidence of compliance with the terms of this Agreement and State law. Should the breach not be cured, Washington County Board of Commissioners shall be entitled to all available remedies, including termination of the contract and damages. Required Affidavits are included on the following pages. ---PAGE BREAK--- Bid No. 2025-003 I-12 CONTRACTOR AFFIDAVIT & AGREEMENT By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91, as amended, stating affirmatively that the individual, firm or corporation which is contracting with Washington County Board of Commissioners, Georgia, has registered and is participating in a federal work authorization program* [an electronic verification of work authorization program operated by the U.S. Department of Homeland Security or any equivalent federal work authorization program operated by the U.S. Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the provisions established in O.C.G.A. § 13-10-91, as amended. The undersigned further agrees that should it employ any new employees or contract with any subcontractor(s) for the physical performance of services pursuant to the contract with Washington County Board of Commissioners, Georgia, the Contractor will secure from the subcontractor(s) verification of compliance with O.C.G.A. § 13-10-91, as amended, on the attached Subcontractor Affidavit. The undersigned contractor further agrees to use the federal work authorization program throughout the contract period and to maintain records of such compliance and to provide a copy of each such verification to Washington County Board of Commissioners, Georgia, at the time the subcontractor(s) is retained to perform such services. EEV / Basic Pilot Program* User Date of Authorization Identification Number By: Authorized Officer or Agent Date of Execution Affidavit Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF , 20 Notary Public My Commission Expires: Note: As of the effective date of O.C.G.A. § 13-10-91, the applicable federal work authorization program is the "EEV / Basic Pilot Program" operated by the U.S. Citizenship and Immigration Services Bureau (USCIS) of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). ---PAGE BREAK--- Bid No. 2025-003 I-13 SUBCONTRACTOR AFFIDAVIT & AGREEMENT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. § 13-10-91, as amended, stating affirmatively that the individual, firm or corporation which is contracting with Washington County Board of Commissioners, Georgia, has registered and is participating in a federal work authorization program* [an electronic verification of work authorization program operated by the U.S. Department of Homeland Security or any equivalent federal work authorization program operated by the U.S. Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the provisions established in O.C.G.A. § 13-10-91, as amended. EEV / Basic Pilot Program* User Date of Authorization Identification Number By: Authorized Officer or Agent Date of Execution Affidavit Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF , 20 Notary Public My Commission Expires: Note: As of the effective date of O.C.G.A. § 13-10-91, the applicable federal work authorization program is the "EEV / Basic Pilot Program" operated by the U.S. Citizenship and Immigration Services Bureau (USCIS) of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). ---PAGE BREAK--- Bid No. 2025-003 I-14 PRIME CONTRACTOR CERTIFICATION OF NONSEGREGATED FACILITIES The undersigned hereby certifies that: No segregated facilities will be maintained as required by Title VI of the Civil Rights Act of 1964. Name of Prime Contractor : Project Name: 2025 LMIG RESURFACING – WASHINGTON - JEFFERSON - GLASCOCK COUNTIES Project Number (if applicable): Name and Title of Signer (Print or Type): Signature : Date : ---PAGE BREAK--- Bid No. 2025-003 I-1 SUBCONTRACTOR CERTIFICATION OF NONSEGREGATED FACILITIES The undersigned hereby certifies that: No segregated facilities will be maintained as required by Title VI of the Civil Rights Act of 1964 Name of Subcontractor: Project Name: 2025 LMIG RESURFACING – WASHINGTON - JEFFERSON - GLASCOCK COUNTIES Project Number (if applicable): Name and Title of Signer (Print or Type): Signature : Date : ---PAGE BREAK--- Bid No. 2025-003 I-2 REFERENCES Washington County Board of Commissioners requires a minimum of three, references where work of a similar size and scope has been completed, in the last three years. 1. Company Name Brief Description of Project Completion Date Contact Person Telephone Facsimile E-Mail Address 2. Company Name Brief Description of Project Completion Date Contact Person Telephone Facsimile E-Mail Address 3. Company Name Brief Description of Project Completion Date Contact Person Telephone Facsimile E-Mail Address Company Name ---PAGE BREAK--- Bid No. 2025-003 I-3 Note: References should be customized for each project vs. submitting the same set of references for every project bid. The references listed should be of similar size and scope of the project bidding for. DO NOT submit a project list in lieu of this form. LIST OF SUBCONTRACTORS I do , do not , propose to subcontract some of the work on this project. I propose to Subcontract work to the following subcontractors: NAME AND ADDRESS TYPE OF WORK Company Name: ---PAGE BREAK--- 2025 LMIG PROJECTS Item # GDOT # Description Units Est. Bid Quantity Unit Price Bid Total Price Bid [PHONE REDACTED] GRADING PER MILE LM 31.61 [PHONE REDACTED] RECYCLED ASPH CONC 12.5 MM SUPERPAVE, GP 1 OR 2, INCL BITUM MATL & H LIME TN 35,315 [PHONE REDACTED] RECYLCED ASPH CONC 25 MM, GP 1 OR 2, INCL BITUM & H LIME TN 900.00 [PHONE REDACTED] TACK COAT GL 42755.00 [PHONE REDACTED] ASPH CONC OPEN GRADED CRACK RELIEF INTERLAYER, GP 2 ONLY, INCL BM & HL TN 17,055 [PHONE REDACTED] RUMBLE STRIPS EA 39 [PHONE REDACTED] ASPH CONC MILLING, VARI DEPTH SY 4,170 [PHONE REDACTED] SOLID TRAF STRIPE, 5 IN, WHITE LM 63.20 [PHONE REDACTED] SOLID TRAF STRIPE, 5 IN, YELLOW LM 46.31 [PHONE REDACTED] SKIP TRAF STRIPE, 5 IN, YELLOW GLM 16.89 [PHONE REDACTED] THERMO SOLID TRAF STRIPE, 24 IN, WHITE LF 538.00 CERTIFICATION OF NONCOLLUSION IN BID (Signature) (Date) (If your company is an LLC, you must identify all principals to include address and phone numbers in your submittal) FED TAX LEGAL BUSINESS NAME: BID SCHEDULE PROJECT: BID NUMBER JEFFERSON - WASHINGTON - GLASCOCK COUNTY BOARD OF COMMISSIONERS In compliance with the attached specifications, the undersigned offers and agrees, if this bid is accepted by the County Commission within ninety (90) days of the date of bid opening, to furnish any or all of the items upon which prices are quoted within the time specified in the bid schedule. The County requires that all who enter into a contract for the physical performance of services with the City must satisfy O.C.G.A. § 13-10-91 and Rule 300-10-1-.02, in a manner, and such are conditions of the contract. COMPANY NAME: Page 1 of 2 ---PAGE BREAK--- 2025 LMIG PROJECTS Item # GDOT # Description Units Est. Bid Quantity Unit Price Bid Total Price Bid BID SCHEDULE PROJECT: BID NUMBER JEFFERSON - WASHINGTON - GLASCOCK COUNTY BOARD OF COMMISSIONERS ADDRESS: DOES YOUR COMPANY CURRENTLY HAVE A LOCATION WITHIN WASHINTON COUNTY? YES □ NO □ REPRESENTATIVE SIGNATURE: PRINT AUTHORIZED REPRESENTATIVE'S NAME: TELEPHONE NUMBER: FAX: E-MAIL COMPANY NAME: Page 2 of 2