Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ROADWAY RESURFACING - 24-0041-EN
BRIGHT AND BEAUTIFUL. BAY TO BEACH INVITATION TO BID 24 -0041 -EN ROADWAY RESURFACING INSTRUCTIONS TO BIDDERS SECTION II INSTRUCTIONS TO BIDDERS 1. COPIES OF BIDDING DOCUMENTS 1.1. Bid Documents, any attachments and addenda are available for download at: https://procurement.opengov.com/portal/myclearwater/projects/200778. Bidding Documents may include, but are not limited to, plans, specifications, bond forms, contract form, affidavits, bid/proposal form, and addendums. 1.2. Complete sets of Bidding Documents must be used in preparing bids. Neither the City nor the Engineer shall be liable for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents, by Bidders, sub -bidders, or others. 2. QUALIFICATION OF BIDDERS 2. 1 Each prospective Bidder must pre -qualify to demonstrate, to the complete satisfaction of the City of Clearwater, that the Bidder has the necessary facilities, equipment, ability, financial resources and experience to perform the work in a satisfactory manner. An application package for pre -qualification may be obtained by contacting the City of Clearwater, Engineering Division by phone at (727) 562- 4750. Pre -qualification requirement information is also available on the City of Clearwater Website at address: www. myclearwater.com/government/city-departments/engineering/construction- management. Contractors wanting to pre -qualify to bid on a project as a General Contractor must do so two weeks (ten workdays) prior to the bid opening date. Bidders currently pre -qualified by the City do not have to make reapplication. It is the Contractor's responsibility to confirm pre - qualification status before a Bid Opening. The Contractor shall include copies of their current license/registration with the State of Florida and Pinellas County (if applicable) with their bid response. 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1.It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the Contract Documents thoroughly; (b) visit the site to become familiar with local conditions that may in any manner affect cost, progress, performance or furnishing of the work; (c) consider and abide by all applicable v. 7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 federal, state and local laws, ordinances, rules and regulations; and (d) study and carefully correlate Bidder's observations with the Contract Documents, and notify Engineer in writing of all conflicts, errors or discrepancies in the Contract Documents. 3.2.For the purposes of bidding or construction, bidder may rely upon the accuracy of the technical data contained in reports of explorations and tests of subsurface conditions at the site which have been utilized by the Engineer in the preparation of the Contract Documents, but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof. Drawings relating to physical conditions of existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site and which have been utilized by the Engineer in preparation of the Contract Documents, may be relied upon by Bidder for accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 3.3.Information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site are based upon information and data furnished to the City and Engineer by owners of such Underground Facilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless expressly provided in the Contract Documents. 3.4.Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Facilities, other physical conditions, possible conditions, and possible changes in the Contract Documents due to differing conditions appear in the General Conditions. 3.5. Before submitting a Bid, each Bidder shall, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing the work in accordance with the time, price and other terms and conditions of the Contract Documents. 3.6. On request in advance, City will provide each Bidder access to the site to conduct such explorations and tests at Bidder's own expense as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the site to its former condition upon completion of such explorations and tests. 3.7. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the City unless otherwise provided in the Contract Documents. 3.8. The submission of a Bid will constitute an unequivocal representation by the Bidder that the Bidder has complied with every requirement of these Instructions to Bidders and that, without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents by such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions of performance and furnishing of the work. 4. INTERPRETATIONS AND ADDENDA 4.1. All questions as to the meaning or intent of the Contract Documents are to be directed in writing to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such v. 7.2024 2 questions will be issued by Addenda, via OpenGov. Questions received after the time frame specified on the pre-bid meeting agenda, prior to the date for opening of Bids, may not be answered. Only information provided by formal written Addenda will be binding. Oral and other interpretations of clarifications will be without legal effect. 4.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City or Engineer. 5. BID SECURITY OR BID BOND 5.1. Each Bid must be accompanied by Bid Security made payable to the City of Clearwater in an amount equal to ten percent (10%) of the Bidder's maximum Bid price and in the form of a certified or cashier's check or a Proposal/Bid Bond (on form provided in Section V) issued by a surety meeting the requirements of the General Conditions. 5.2. The Bid Security of the Successful Bidder will be retained until such Bidder has executed the Agreement and furnished the required Payment and Performance bonds, whereupon the Bid Security will be returned. If the Successful Bidder fails to execute, deliver the Agreement and furnish the required Bonds within ten (10) days after the award of contract by the City Council, the City may annul the bid and the Bid Security of the Bidder will be forfeited. The Bid Security of any Bidder whom the City believes to have a reasonable chance of receiving the award may be retained by the City until the successful execution of the agreement with the successful Bidder or for a period up to ninety (90) days following bid opening. Security of other Bidders will be returned approximately fourteen (14) days after the Bid Opening. 5.3. The Bid Bond shall be issued in the favor of the City of Clearwater by a surety company qualified to do business in, and having a registered agent in, the State of Florida. 6. CONTRACT TIME 6.1. The number of consecutive calendar days within which the work is to be completed is set forth in the Technical Specifications. 7. LIQUIDATED DAMAGES 7.1. Provisions for liquidated damages are set forth in the Contract Agreement, Section V. 8. SUBSTITUTE MATERIAL AND EQUIPMENT 8.1. The contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or equal" item may be furnished or used, application for its acceptance will not be considered by the Engineer until after the effective date of the Contract Agreement. The procedure for submittal of any such application is described in the General Conditions and as supplemented in the Technical Specifications. 9. SUBCONTRACTORS 9.1. If requested by the City or Engineer, the Successful Bidder, and any other Bidder so requested, shall, within seven (7) days after the date of the request, submit to the Engineer an experience statement with pertinent information as to similar projects and other evidence of qualification for each Subcontractor, supplier, person and organization to be used by the Contractor in the completion of the Work. The amount of subcontract work shall not exceed fifty percent (50%) of the Work except as may v. 7.2024 3 be specifically approved by the Engineer. If the Engineer, after due investigation, has reasonable objection to any proposed Subcontractor, supplier, other person or organization, he may, before recommending award of the Contract to the City Council, request the Successful Bidder to submit an acceptable substitute without an increase in Contract Price or Contract Time. If the Successful Bidder declines to make any such substitution, the City may award the contract to the next lowest and most responsive Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid Security to the City of any Bidder. Any Subcontractor, supplier, other person or organization listed by the Contractor and to whom the Engineer does not make written objection prior to the recommendation of award to the City Council will be deemed acceptable to the City subject to revocation of such acceptance after the Effective Date of the Contract Agreement as provided in the General Conditions. 9.2. No Contractor shall be required to employ any Subcontractor, supplier, person, or organization against whom he has reasonable objection. 10. BID/PROPOSAL FORM 10.1. The Bid/Proposal Form is included with the Contract Documents and shall be printed in ink or typewritten. All blanks on the Bid/Proposal Forms must be completed. Unit Prices shall be to no more than two decimal points in dollars and cents. The Bidder must state in the Bid/Proposal Form in words and numerals without delineation's, alterations or erasures, the price for which they will perform the work as required by the Contract Documents.: Bidders are required to bid on all items in the Bid/Proposal form. The lump sum for each section or item shall be for furnishing all equipment, materials, and labor for completing the section or item as per the plans and contract specifications. Should it be found that quantities or amounts shown on the plans or in the proposal, for any part of the work, are exceeded or should they be found to be less after the actual construction of the work, the amount bid for each section or item will be increased or decreased in direct proportion to the unit prices bid for the listed individual items. 10.2. Bids by corporations shall be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the Signature. If requested, the person signing a Bid for a corporation or partnership shall produce evidence satisfactory to the City of the person's authority to bind the corporation or partnership. 10.3. Bids by partnerships shall be executed in the partnership name and signed by a general partner, whose title shall appear under the signature and the official address of the partnership shall be shown below the signature. 10.4. All names shall be typed or printed below the signature. 11. SUBMISSION OF BIDS 11.1. It is recommended that bids are submitted electronically through the City's e -Procurement Portal located at https://procurement.opengov.com/portal/myclearwater. By way of the e -Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. Sealed Bids not submitted electronically shall be submitted at or before the time and at the place indicated in the Advertisement for Bids and shall be submitted in a sealed envelope with the project name and number on the bottom left-hand corner. If forwarded by mail, the Bid shall be enclosed in another envelope with the notation "Bid Enclosed" on the face thereof and addressed to the City of Clearwater, v. 7.2024 4 attention Purchasing Manager. Bids will be received at the office indicated in the Advertisement until the time and date specified. Bids in any other form will not be accepted. E-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a bid that is not properly addressed and identified. 11.2. If submitting a hard copy, the sealed bid envelope shall contain, but not be limited to, the Proposal/Bid Bond and corresponding Power of Attorney, Affidavit, Non -Collusion Affidavit, Proposal (pages one and two), Addendum Sheet, Bidder's Proposal, Scrutinized Companies and Business Operations with Cuba and Syria Certification Form, and E -Verify form. 12. MODIFICATION AND WITHDRAWAL OF BIDS 12.1. For bids submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered bids, written requests to modify or withdraw the bid received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. Written requests must be addressed and labeled in the same manner as the bid and marked as a MODIFICATION or WITHDRAWAL of the bid. No oral requests will be allowed. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any bid security. Any withdrawal after the bid opening shall be allowed solely at the City's discretion. 13. REJECTION OF BIDS 13.1. To the extent permitted by applicable State and Federal laws and regulations, the City reserves the right to reject any, and all Bids, and to waive any, and all informalities. Grounds for the rejection of a bid include but are not limited to a material omission, unauthorized alteration of form, unauthorized alternate bids, incomplete or unbalanced unit prices, or irregularities of any kind. Also, the City reserves the right to reject any Bid if the City believes that it would not be in the best interest of the public to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. The City reserves the right to decide which bid is deemed to be the lowest and best in the interest of the public. 14. DISQUALIFICATION OF BIDDER 14.1. Any or all bids will be rejected if there is any reason for believing that collusion exists among the bidders, the participants in such collusion will not be considered in future proposals for the same work. Each bidder shall execute the Non -Collusion Affidavit contained in the Contract Documents. 15. OPENING OF BIDS 15.1. Bids will be opened and read publicly at the location and time stated in the Advertisement for Bids. Bidders are invited to be present at the opening of bids. 16. LICENSES, PERMITS, ROYALTY FEES AND TAXES v. 7.2024 5 16.1. The Contractor shall secure all licenses and permits (and shall pay all permit fees) except as specifically stated otherwise in the Technical Specifications. The Contractor shall comply with all Federal and State Laws, County and Municipal Ordinances and regulations, which in any manner effect the prosecution of the work. City of Clearwater building permit fees and impact fees will be waived except as specifically stated otherwise in the Technical Specifications. 16.2. The Contractor shall assume all liability for the payment of royalty fees due to the use of any construction or operation process, which is protected by patent rights except as specifically stated otherwise in the Technical Specifications. The amount of royalty fee, if any, shall be stated by the Contractor. 16.3. The Contractor shall pay all applicable sales, consumer, use, and other taxes required by law. The Contractor is responsible for reviewing the pertinent State Statutes involving the sales tax and sales tax exemptions and complying with all requirements. 16.4. The City of Clearwater is exempt from state sales tax on materials purchased by the City and incorporated into the WORK. The City of Clearwater reserves the right to implement the Owner Direct Purchase (ODP) Option, as may be indicated in the Scope of Work Description in Section IV — Technical Specifications and as defined in Section III — General Conditions. 17. IDENTICAL TIE BIDSNENDOR DRUG FREE WORKPLACE 17.1. In accordance with the requirements of Section 287.087 Florida Statutes regarding a Vendor Drug Free Workplace, in the event of identical tie bids, preference shall be given to bidders with drug- free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a bid 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 bids will be followed if none or all of the tied bidders have a drug-free workplace program. In order to have a drug- free workplace program, a contractor shall supply the City with a certificate containing the following six statements and the accompanying certification statement: (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 as to the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (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 bid, the employee will abide by the terms of the statement and will notify the employer 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 of any state, for a violation occurring in the workplace 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. v. 7.2024 6 (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. I certify that this firm does/does not (select only one) fully comply with the above requirements. 18. AWARD OF CONTRACT 18.1. Discrepancies between words and figures will be resolved in favor of words. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. 18.2. In evaluating the Bids, the City will consider the qualifications of the Bidders, whether the Bids comply or not with the prescribed requirements, unit prices, and other data as may be requested in the Bid/Proposal form. The City may consider the qualifications and experience of Subcontractors, suppliers and other persons and organizations proposed by the Contractor for the Work. The City may conduct such investigations as the City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons, and organizations to perform and furnish the Work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. 18.3. If the Contract is to be awarded, it will be awarded to the lowest responsible, responsive Bidder whose evaluation by the City indicates to the City that the award will be in the best interest of the City. 18.4. Award of contract will be made for that combination of base bid and alternate bid items in the best interest of the City, however, unless otherwise specified all work awarded will be awarded to only one Contractor. 18.5. The successful bidder/contractor will be required to comply with Section 119.0701, Florida Statutes, specifically to: A. Keep and maintain public records that ordinarily and necessarily would be required by the City of Clearwater in order to perform the service; B. Provide the public with access to public records on the same terms and conditions that the City of Clearwater would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and D. Meet all requirements for retaining public records and transfer, at no cost, to the City of Clearwater all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City of Clearwater. 19. BID PROTEST 19.1. RIGHT TO PROTEST: Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through v. 7.2024 7 the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City's additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be Tess than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. 20. TRENCH SAFETY ACT 20.1. The Bidder shall comply with the provisions of the City of Clearwater's Ordinance related to trench digging (Ordinance No. 7918-08) along with the Florida Trench Safety Act (Sections 553.60- 553.64, Florida Statutes) and the provisions of the Occupational Safety and Health Administration's (OSHA) excavation safety standards, 29 C.F.R.s 1926.650 Subparagraph P, or current revisions of these laws. 21. CONSTRUCTION SITE EROSION AND SEDIMENT CONTROL MANAGEMENT MEASURES 21.1. The Bidder shall comply with the provisions of the Environmental Protection Agency (EPA) National Pollution Discharge Elimination System (NPDES) stormwater permit and implement stormwater pollution prevention plans (SWPPP's) or stormwater management programs (both using best management practices (BMPs) that effectively reduce or prevent the discharge of pollutants into receiving waters. A. The control of construction -related sediment loadings is critical to maintaining water quality. The implementation of proper erosion and sediment control practices during the construction stage can significantly reduce sediment loadings to surface waters. B. Prior to land disturbance, prepare and implement an approved erosion and sediment control plan or similar administrative document that contains erosion and sediment control provisions. NPDES Management Measures available at City of Clearwater Engineering Environmental Division and EPA websites to help address construction -related Best Management Practices. GENERAL CONDITIONS Section III - General Conditions can be found on the City's website at: httr s://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering- Construction-Bid-Information/Contract-Specifications TECHNICAL SPECIFICATIONS 3.1 SCOPE OF WORK Project Name: Roadway Resurfacing Project Number: 24 -0041 -EN Scope of Work: The work under this contract consists of asphaltic concrete resurfacing of major roadways and residential streets throughout the City of Clearwater, as identified in these documents and shown on the engineering maps prepared by the City's Transportation Engineering Division. The scope v. 7.2024 8 also includes associated improvements such as installation of curb types, construction of ADA - compliant ramps, and removal of trees where necessary. These improvements are intended to ensure that adjacent infrastructure and access features are upgraded to acceptable standards in coordination with resurfacing operations. The Island Way resurfacing project is designated as a time -sensitive priority. Upon issuance of the Notice to Proceed, the Contractor shall mobilize directly to Island Way and commence work as the first phase of this contract, in accordance with Section III — Order and Location of the Work. The intent of this bid is to obtain competitive pricing to establish an annual resurfacing contract for on-call (as -needed) services. All quantities are estimates only, and the City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. All work shall be administered in accordance with Section 111, Section 11.3 — Unit Price Work, of the Contract Documents. The City reserves the right to increase funding during the contract term if work exceeds original estimates, subject to required authorizations. Beyond the initial one-year term, the City reserves the right to renew the contract for up to three (3) additional years. The Contractor shall include with the bid response copies of a current Contractor License/Registration with the State of Florida and Pinellas County (if applicable). The Contractor shall provide one [Fixed/Portable] project sign as described in Section III, Section 23 of the Contract Documents. The final number of project signs will be determined at the beginning of the project based on the Contractor's approved schedule of work. Additional signs may be required at no additional cost to the City if necessitated by the Contractor's schedule. 3.2 Section IV - Technical Specifications Section IV - Technical Specifications can be found on the City's website at: https://www. myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering- Construction-Bid-I nformation/Contract-Specifications 3.3 Section V - Contract Documents Section V - Contract Documents can be found on the City's website at: https://www. myclearwater.com/Business-Development/Doinq-Business-with-the-City/Engineering- Construction-Bid-Information/Contract-Specifications SUPPLEMENTAL TECHNICAL SPECIFICATIONS - Section IVA 4.1 SUPPLEMENTAL TECHNICAL SPECIFICATIONS 1. ASPHALTIC CONCRETE — Unless otherwise specified herein, asphalt resurfacing work shall be performed in accordance with Section IV, 700 Series: Streets & Sidewalks of the City's Technical Specifications. A. Arterial and Collector Roadways — One and one-half inches (1-'/z") compacted thickness of Superpave Asphalt Concrete, Type SP -12.5 or SP -9.5, Fine, Traffic Level C, shall be placed, measured and paid per ton under Pay Item 1.09 or 1.11, as directed by the Project Inspector or Project Engineer. v. 7.2024 9 B. Local and Residential Roadways — One inch (1") compacted thickness of Superpave Asphalt Concrete, Type SP -9.5 or SP -12.5, Fine, Traffic Level C, shall be placed, measured and paid per ton under Pay Item 1.10 or 1.12, as directed by the Project Inspector or Project Engineer. C. Base Repairs/Full-Depth Patching — Where areas of roadway require reconstruction of the pavement structure, Superpave Asphalt Base, Type B 12.5 (Pay Item 1.07) shall be used at variable thicknesses as determined in the field. D. Leveling Course — Where correction of cross slope, ride quality, or irregular pavement surfaces is required prior to placement of the final surface lift, Superpave Asphalt Concrete, Leveling Course (SP -9.5 or SP -12.5, Pay Item 1.08) shall be used at variable thicknesses as determined by the Project Inspector or Project Engineer. All radius returns shall be milled approximately fifty (50) feet on the cross street beyond the point of tangency, unless otherwise directed by the Project Inspector, with payment to be included in the appropriate per -ton bid item for asphalt and milling. All transverse and longitudinal joints must be smooth and level. Longitudinal joints must be located at the edge of the travel lane or in the center of the travel lane. A crowned surface shall be attained unless otherwise directed by the Project Inspector. 2. ORDER AND PRIORITY OF WORK - The order and priority of the resurfacing work will, in general, be established at the pre -construction conference. As other construction activities are scheduled within this proposed work area, resurfacing must be coordinated with these activities through the Project Inspector and Project Engineer. The Project Inspector, Construction Manager and the Project Engineer reserve the right to alter the order of work as may be needed during the course of the contract with proper advance notification to the Contractor. The work in each area shall be completed prior to moving to the next area. "Island Way work shall be completed in accordance with Section III, Priority Project — Island Way, and measured and paid under the applicable bid items." 3. NOTICE BY CONTRACTOR TO THE PROJECT INSPECTOR FOR LOCATION OF WORK - The Contractor shall provide the Project Inspector a minimum of 72 hours' notice of the intended time and location of work. This will be strictly adhered to so that the Project Inspector can schedule inspections in advance. 4. SWEEPING - The Contractor shall pay particular attention to the sweeping in this contract. Before paving, the construction areas shall be swept with the broom tractor method in conjunction with a municipal type sweeper either of the vacuum or the mechanical type that picks up and hauls off dust and dirt. All sweepers, including broom tractors, shall be equipped with its own water supply for pre -wetting to minimize dust. The v. 7.2024 10 Contractor shall supply a water truck, if necessary, for efficient project progression. Moreover, the Contractor shall remove debris from islands and landscaped areas; sweep debris off of sidewalks, driveways, curbs, utility structures, and to the roadways immediately after milling. 5. CONTRACTOR'S CONTACT WITH CITIZENS - The Contractor shall conduct business in a professional manner and be courteous to citizens. Citizen inquiries or questions that the Contractor cannot answer, or are of a controversial nature, should be forwarded to the Project Inspector. 6. HYDRANT METERS — The Contractor shall obtain hydrant meters by contacting Utility Customer Service a minimum of 48 hours prior to the paving operation. Also, the Contractor shall schedule the locations with the City's Utility Department. The Contractor will be required to give a 48-hour notice for all meter relocations. 7. MILLING — The Project Inspector or Project Engineer will give specific directions as to the location of milling operations and the application of leveling and/or the wearing course on a street -by -street basis. Prior to milling, the Contractor will be responsible for identifying all existing pavement markings. It will be the responsibility of the Contractor to place all pavement markings back to their original design unless otherwise directed by the City. Prior to the milling operation, all curb inlets, storm grates, and catch basins shall have protective controls to avoid millings being deposited in the storm system. In cases where concrete valley swales are present, the adjoining pavement shall be milled to allow for the new asphalt grade to be flush with the concrete surface. In addition, intersections, as well as other areas (including radius returns), are to be milled a minimum of 50 feet in both directions from the low point of the existing swale and repaved so as to restore and/or improve the original drainage characteristics. For additional milling specifics and information, see Section IV, Article 55 of the City's Technical Specifications. There will be three (3) types of milling for this contract in the base bid: A. Full Width (up to 2") - Milling of the entire roadway surface (curb line/edge of pavement to curb line/edge of pavement) to a depth of 2 inches or less. Existing horizontal and vertical geometry shall remain unchanged unless otherwise indicated in the plans or approved by the Project Inspector or Project Engineer. B. Full Width (2" to 4") — Milling of the entire roadway surface (curb line/edge of pavement to curb line/edge of pavement) to a depth greater than 2 inches and up v. 7.2024 11 to 4 inches. Existing horizontal and vertical geometry shall remain unchanged unless otherwise indicated in the plans or approved by the Project Inspector or Project Engineer. C. Edge and Spott/Butt Mill (up to 2") - Localized milling at a depth of 2 inches or less, used for transitions and adjustments at driveways, intersections, curb lines, utility structures, or other tie-in areas. This milling ensures smooth transitions so that the new asphalt surface is flush with existing pavement and avoids bumps or depressions: Detail milling shall be required around any and all utility structures, traffic calming devices, curbs or wherever required to complete a properly milled surface for paving. Utility structures may include, but are not limited to, manholes, storm grates, lamp holes, water valve boxes, reclaimed water valve boxes, gas valve boxes, tree aeration units/vents, clean -outs, utility vaults and monitoring wells. Any joints between existing and new asphalt shall be milled for the entire length of the joint to achieve a smooth transition. The Contractor shall be responsible for removing any asphalt and debris from milling that remain in the curb line, median curbs, islands, landscaped areas and/or any utility structure. Any utility structure contaminated with milling shall be vacuum cleaned at the direction of the Project Inspector after the milling operation of a street is complete. The cost of this removal shall be included in the bid item price for the type of milling performed on that street. The City will keep all millings except as a condition of Alternative Bid #1, wherein the Contractor retains millings. The Contractor shall transport and stockpile all material at the City of Clearwater's maintenance yard on Arcturas Avenue or to a location as directed by the City. 8. VEGETATION CONTROL PRIOR TO RESURFACING - The Contractor shall herbicide and kill all grass and vegetation a minimum of five days before the paving operation. The herbicide used shall effectively prevent the vegetation from coming though the new paving. The cost of this vegetation control is to be included in the cost of resurfacing. The Contractor shall also edge the grass and yards adjacent to streets with no curbs prior to resurfacing to expose the edge of the existing pavement. v. 7.2024 12 The Contractor shall consult with a certified arborist to provide direction when tree canopy trimming is required for paving operations. The cost of this work is to be included in the resurfacing cost. 9. PAY ITEMS AND NON-SPECIFIC WORK - Work for which a specific pay item is not provided should be included in the most appropriate pay item included in this project. 10. ADJUSTMENT OF UTILITY STRUCTURES — The Contractor shall complete any necessary adjustments of sanitary sewer and stormwater utility manholes and appurtenances to meet finished grade. The Contractor will be paid a unit price for each adjustment. The Contractor's attention is called to Section IV, Article 23.7 of the City's Technical Specifications describing the adjustment of utility manholes and valves boxes. All utility structures on the surface of the roadway, whether City or privately owned, shall be fitted with the approved riser of other approved adjustments prior to resurfacing. The paving operation must closely follow these adjustments, never exceeding seven (7) calendar days. When seven (7) calendar days is approaching, the Contractor will be instructed to concentrate fully on paving these areas and stop all other work. Compacted material around appurtenances shall be asphalt (the use of portland concrete is not acceptable). It is the responsibility of the Contractor to inform the owners of all utilities of impending work and coordinate their adjustments, so they are completed before the paving schedule. The location of utilities will be discussed at the pre -construction conference. The Contractor shall take notice of the following utilities: 1. Manholes - On arterial roadways, the rims of manholes are to be ramped with asphalt during the time period between initial adjustment and final resurfacing. The use of manhole risers for necessary adjustments is acceptable under the following conditions: a. Prior to paving, the Contractor must examine all manhole covers that are required to be raised within project limits so that the risers can be made to order. Said examination should note the following: diameter and thickness of the cover, is the cover tapered or square edged, and amount of rise needed. The examination should also note if any rings are damaged. All damaged areas should be brought to the attention of the Project Inspector immediately after they are discovered. All rings that the Project Inspector deems in poor condition shall be replaced per City Index 301. B. The paving operation shall occur within seven (7) calendar days of placement of the riser. v. 7.2024 13 C. If the riser does not fit properly in the opinion of the Project Inspector, the Contractor shall adjust the manhole per the procedure listed in Section IV, Article 13 of the City's Technical Specifications. D. The riser shall meet or exceed all requirements listed in Section IV, Article 23.7 of the City's Technical Specifications. All manholes must be adjusted prior to final resurfacing. Necessary utility adjustments will be paid for by riser installation per Section IV, Article 13 of the City's Technical Specifications. 1. Storm Grates — Detail milling shall be used to ensure that drainage characteristics are preserved. Steep drops to storm grates caused by asphalt overlay will not be permitted. 2.. Catch Basins - The elevation of new asphalt in front of any catch basin opening (throat) must match the elevation of the existing concrete curb face in front of the catch basin. 3. Reclaimed Water Valve Boxes - Every reclaimed water valve box in the project area shall be adjusted unless approved risers can be obtained by the Contractor. 4. Utilities Not Owned by the City of Clearwater — Before paving, the Contractor shall obtain riser rings or provide necessary adjustments to any large utility manholes not owned by the City. Such risers are available from the private utility company. 5. Water Valve Boxes - Single piece riser rings available for round water valve boxes are allowed and are to be provided by the Contractor. The Contractor shall be responsible for providing risers or adjusting all water valve boxes. 6. Gas Valve Boxes - Contact CGS for assistance with the gas valve boxes and for locating any associated piping. All water (potable and reclaimed) and gas valves, sewer cleanouts, tree aeration units/vents, etc. shall be adjusted by the Contractor with the cost for this work to be included in the unit cost of the asphalt. Care shall be taken to locate and identify all said appurtenances to ensure that they are not paved over. v. 7.2024 14 11. PROGRESS MEETINGS - Progress meetings may be called by either the Contractor or the City to discuss the project. The Contractor must schedule the work effort and use multiple crews as needed for milling, resurfacing, etc. to accomplish all required work within the allotted contract time. 12. RESIDENT NOTIFICATION - The Contractor shall notify residents and businesses, per Section III, Article 22 of the City's General Conditions of this contract, which are affected by the work seven (7) days in advance of construction. The Contractor shall also place notices on all vehicles parked on streets to be paved 24 hours prior to the paving operation. The Contractor shall notify businesses about access routes and times 72 hours prior to paving operation. 13. TRAFFIC CONTROL - Traffic control shall be the responsibility of the Contractor, with the cost included in the cost of resurfacing. Two-way traffic should be maintained if at all possible. All road closures shall require proper signage and detour in accordance with all applicable FDOT standards. See Section IV, Article 44 of the City's Technical Specifications for additional traffic control specifications. Detailed plans for traffic maintenance shall be submitted to and approved by the City prior to the commencement of work. Referencing FDOT Indexes is not sufficient to be considered a detailed plan. The Contractor must submit traffic control plans to the City as soon as possible after award, but at least by the pre -construction meeting, for review and approval. 14. PAVEMENT MARKINGS: All existing pavement markings shall be replaced back to their original design unless otherwise directed by the City. The Contractor shall contact the Project Inspector prior to placement of the markings to confirm the design layout. Striping shall be replaced on the same day paving of a section is completed or on the following day if the proper Maintenance of Traffic is left in place overnight. The Project Inspector may require temporary striping. The markings shall be Fast Dry Traffic Paint and shall be listed on the FDOT Qualified Product List. Care shall be exercised to protect newly painted areas from traffic until the paint is dry. For placement and spacing of all turn arrows see F.D.O.T. index 17346. 15. TRAFFIC SIGNAL LOOP DETECTORS: Existing traffic signal loops in sections of roadway being milled and resurfaced will be replaced by the Contractor at an established unit price. The Contractor shall contact the Project Inspector a minimum of two (2) full working days prior to beginning milling operations in the vicinity of existing loop detectors. v. 7.2024 15 NOTE: THE CONTRACTOR SHALL NOT INTERFERE WITH THE WORKINGS OF ANY TRAFFIC SIGNAL. 16. STREET SIGNS - Removal or relocation of signs by the Contractor is prohibited on this project (see Section IV, Article 106 of the City's Technical Specifications). 17. EROSION CONTROL — In any non -paved area used to store materials or any other purpose to allow for project completion, the Contractor shall be required to place sediment traps around all storm inlets within the scope of the project and to maintain them until the work is completed (see Section IV, Article 207 of the City's Technical Specifications). The Contractor is to perform all construction activity so as to prevent soil erosion into adjacent roadways or drainage features in accordance with City's Erosion & Siltation Control Policy. Prior to the milling operation, all curb inlets, storm grates, catch basins shall have protective controls to avoid millings being deposited in the storm system. 18. TRACKING PREVENTION — The Contractor is responsible for preventing the tracking of asphalt and tack onto nearby roadways from any vehicle whether owned by the Contractor or not. The Contractor may use the product "HPS No -Track Tack" or a City approved equal. A. Sand and scratch pads —The Contractor shall place sand where vehicles exit the tacked area to reduce tracking. Moreover, a scratch pad, a thin pull of asphalt put down at the end of a course, can be used to remove loose tack from the tires of a construction vehicle before it exits the site. B. Pavers — The Contractor shall clean any brick pavers in the roadway of all tracking caused by the work. C. Striping — The Contractor shall restore any striping tracked over at no cost to the City. D. Nearby intersections - The Contractor shall immediately clean up all tack accumulations at nearby intersections. E. Tack overspray — The Contractor shall clean up all tack overspray. 19. SOD REPLACEMENT AND THE REPAIR OF SPRINKLER SYSTEMS - Sod disturbed by project construction shall be replaced by the Contractor with the cost included in the unit cost of the other bid items. Replacement sod shall match the existing type and be watered until growth is established. Also, the Contractor is responsible to repair sprinkler systems damaged by project construction with the cost included in other v. 7.2024 16 bid items. Damaged sprinklers shall be repaired and be functional prior to the placement of new sod. The Contractor shall also be responsible for all existing sod, plants, shrubs and all trees that are damaged and/or may die due to failure to fix the sprinkler system in a timely manner at no additional cost. Contractor is to be paid for up to 2 square foot of sod per linear foot of curb replacement. In the event that the Contractor goes beyond this width, then he shall bear the additional expense to restore all damaged sod. Contractor is to match sod type to the existing adjacent sod. 20. PRE-BID INSPECTION OF WORK SITES - The Contractor is responsible to review all work locations prior to bidding. 21. MEASUREMENT OF CONTRACT QUANTITIES — The Contractor shall provide the Project Inspector a list of construction quantities (including square yards and tons of material used) for each street on a weekly basis and preceding each payment. This information is needed to charge specific budget codes within the City's Capital Improvement Program. 22. ASPHALTIC INDEX ADJUSTMENT - The Contractor's attention is called to Section III, Article 11 of the City's General Conditions which describes an allowable variation for the price adjustment of asphaltic concrete based on the FDOT Asphalt Index. If the change in the Asphalt Index is more than 10% up or down, then the price change will be adjusted on the final billing. The City maintains the right to adjust the contract work amount subject to a significant change in the asphalt index. 23. NOTICE TO PROCEED - The notice to proceed will be issued immediately after the award of contract and the pre -construction conference is complete as well as the City receiving a certified copy of the recorded bond. 24. COORDINATION OF THE WORK WITH CONTRACTOR'S SUPERVISOR - This project has many work areas and will require close coordination between the Contractor's personnel and City staff. To facilitate this coordination, the City will require that the Contractor's job site foreman or superintendent for this project have a working cellular phone at all times during the working dayand that the City's staff will be able to make contact with the Contractor's representative with this cell phone. The cost for this requirement is to be included in the unit costs of the project. v. 7.2024 17 25. STAGING AREA - The Contractor shall make provisions for his own staging areas. The Contractor must provide written permission by owner of property five (5) working days before occupying any staging area, including City owned property. The Contractor will bring the permission letter(s) for the first staging area to the Pre -construction meeting. The Project Inspector can assist the Contractor to determine if any City properties are available to use as staging areas. All staging areas must be restored to the original condition or better. 26. STORAGE OF MATERIALS - The Project Inspector may authorize the storage of material in public right-of-way on streets where traffic will not be disrupted. Said storage areas must be kept small, be barricaded, and be swept daily. They must also be separated from traffic lanes, not hinder driveways, and cannot cause any erosion problems. The Contractor is responsible for restoring all storage areas to their original condition or better. 27. DEBRIS DISPOSAL - All debris shall be hauled off the job site by the Contractor in a timely manner and at his own expense in conformance with all regulatory requirements. The Contractor shall at all times keep the premises free of accumulated waste materials, rubbish or other debris caused by his work. 28. PROTECTION OF ADJACENT PROPERTY - If adjacent property is affected or endangered by any work done under this contract, it shall be the responsibility of the Contractor to take whatever steps are necessary to protect the adjacent property and notify the Project Inspector. 29. ASPHALTIC ROADWAY RESTORATION - Any required base replacement or other roadway restoration caused by project work, or deemed necessary by the Project Inspector, shall be Type S -III asphalt. Said replacement/restoration, including preparation and compaction, shall be paid for out of the per ton bid item for the type of asphalt used. 30. FULL DEPTH RECLAMATION (FDR) Description: This work shall consist of the preparation of a stabilized base course composed of a mixture of the existing bituminous concrete pavement, existing base course material (including any brick), and emulsified asphalt, and other additives. The manufacturing of the stabilized base course shall be done by in-place pulverizing and blending of the existing pavement and base materials, and the introduction of asphalt emulsion and additives if called for in the design mix formula. The process which results in a stabilized base course shall be accomplished in accordance with these Specifications and conform to the lines and grades established by the Engineer. v. 7.2024 18 Existing asphalt pavement shall be pulverized by a method that does not damage the material below the plan depth as shown on the appropriate roadway section. Materials: RAP: Materials must meet all requirements specified in the FDOT Specifications Section 283-2, except that 98% of all material is required to pass through a 50 mm (2 inch) sieve. Additional Base Materials: Additional base materials may be needed for adjustinggrade elevations as directed by the Engineer, or for widenin When such additional maerial is required it shall be among thosebases listed in FDOT-DDesign Standards as General Use Optional Base Materials and meet applicable FDOT requirements for such. Asphalt Emulsion: When asphalt emulsion treatment is specified, asphalt emulsion, type CSS-Ih or CMS -2h mod., meeting the requirements of ASTM M2084, shall be utilized. Water: The water for the base course compaction and foaming additive shall be clean and free from sewage, oil, acid, strong alkalies or vegetable matter and it shall be in sufficient supply for mixing and curing. Water of questionable quality shall be tested in accordance with the requirements of AASHTO T 26. Soil: The soil base to be reclaimed shall be evaluated by a professional_geotechnical engineering laboratory to determine suitability in the stabilization process. The soil shall be -free of roots, sod, weeds and shall not contain gravel or stone retained on a I -inch (25 mm) sieve or more than 45% retained on a No. 4 (4.75 mm) sieve, as determined by ASTM C 136. Portland Cement: The maximum allowable percent (%)n by weight, of cement to be added to the mix design is (2.5%). Equipment: Road Reclaimer: Shall be ori inally designed for pavement reclaiming of a size equal to or larger than a Caterpillar Model RM -350B with comparable Specifications including horsepower and rotor size. The reclaimer shall be capable of pulverizing and mixing pavement, base materials, and subgrade soil to depth required by Plans oras approved by. the Engineer. It shall have the capability of introducing and metering additives uniformly and accurately and that positive displacement pumps accurately meter the planned amount of asphalt emulsion into the mixture. The reclaiming machine shall mix the emulsified asphalt additive thoroughly with the RAP and soil materials. The pump shall be mechanically or electronically interlocked with the ground speed of the machine. The asphalt metering system and wafer metering system shall be capable of continuously monitoring (GPM) flow, and totaling the quantity of water and asphalt applied into the mixing chamber. Additives shall be uniformly distributed and mixed with the pulverized material, any existing underlying material as specified. Motor Grader: Shall be of sufficient size and horsepower to adequately rough grade the pulverized base and rough and finish grade the mixed and compacted base. The equipment shall be in good working order free from leaks and capable of maintaining an accurate grade and cross -slope. Rollers: Shall be in good working order free from leaks and capable of compacting the mix to the requirements of this specification: Vibratory rollers shall be a minimum of 10 tons and capable of rolling in either vibratory or static mode. Three wheel static rollers shall be a minimum of II tons. Pneumatic tire rollers shall have a minimum of 9 oscillating wheels with smooth, low pressure tires (pressure shall be equally matched in all tires within 5 PSI) and weigh at least 20 tons. Initial compaction shall be accomplished by either single or dual drum vibratory or three wheel roller static rollers. Additional equipment: Additional equipment will be needed to complete the operations required by this technical provision. All equipment necessary for the successful completion of projects governed by this technical provision shall be included in the unit v. 7.2024 19 costs associated herein. Availability of quality assurance devices (such as a 15 foot straight edge) shall be the responsibility of the Contractor. Experience: All contractors and their subcontractors shall be FDOT prequalified. Bidders must submit a minimum of (5) five Full Depth Reclamation (with emulsion stabilization) project references that have been completed within the past three years. Bidders may be required to submit detailed information regarding the staff that they propose for this project. Contractor shall be capable of meeting all the requirements of this specification at the time of the bid. Staff shall have the option to inspect the Contractor's equipment and if found deficient, it shall be the basis for rejection of Contractor's bid. Construction: Layout: The Contractor will be responsible for the string lining and lay out of the roadway prior to paving. Elevations of the existing road must be referenced at sufficient intervals to ensure the roadway elevation is not changed in any location after final surface is placed. Contractor shall schedule a meeting with the Engineer to discuss and approve the method for layout and line and elevation reference prior to beginning work. It is imperative that roadway elevations remain unchanged except cross slope correction or as approved by the Engineer. Weather and Seasonal limitations: The base shall not be mixed or placed while the atmospheric temperature is below 35°F (2°C) or when conditions indicate that the temperature may fall below 35°F (2°C) within 24 hours, or when the weather is foggy or rainy, or when the soil or sub grade is frozen. Mix Design: Prior to base course construction, a minimum of one (I) core sample must be taken for every 5,000 square yards of the roadway. Representative samples of the RAP material, underlying base material and virgin materials, where applicable, shall be supplied to a nationally accredited laboratory for preliminary testing with no affiliation to the emulsion supplier, for testing to determine the proportions of asphalt emulsion and cement needed to produce a mix design meeting the requirements of Mix Design Performance Criteria Table. The optimum binder content shall be the binder content that results in the highest wet tensile strength while also having 70% retained tensile strength compared to the dry strength and additionally has a minimum 1250 pounds Marshall stability. Cement shall be used at a minimum dosage rate of 1% and at a maximum dosage rate of 2.5% by dry weight of reclaimed material. Cement amounts greater than 2.5% will only be allowed if approved by the engineer. The mix design and laboratory testing shall be performed by a geotechnical engineering laboratory and all reports signed and sealed by a professional Engineer. The mix design. laboratory testing results. and report. shall be submitted as a Shop Drawing for Approval by the Engineer. Widening: When the existing base is to be widened, the Contractor shall excavate the shoulder from the edge of the existing pavement to at least 6 inches beyond the planned new width of the base prior to, pulverization. All costs involved in collecting, hauling, and disposing of these materials shall be borne by the Contractor. The bottom of the trench shall be kept free of loose soil and vegetation. Approved base materialthose bases listed in FDOT Design Standards as General Use Optional Base Materials) shall be placed in the excavation uniformly and without loss or contamination. The Contractor shall correct all areas of irregular grade or deficient thickness and shall remove and replace material contaminated with soil, organic material, or debris. v. 7.2024 20 After the final pass of the reclaimer, soil shall be drawn up against the widening material to close the excavation, and the shoulder shall be graded and compacted to produce a firm, even surface. Additional Material: When additional material is to be added to correct cross slope deficiencies or change elevation as directed by the Engineer, approved base material (those bases listed in FDOT Design Standards as General Use Optional Base !Materials) shall be placed on the roadway prior to final pass for pulverization and mixed uniformly with the existing material. Pulverization: The Pulverization depth of the existing material will be approximately between 6 -Inches and 12 -inches, depending on the core samples taken by the laboratory. I he existing pavement and base material shall be pulverized and blended to the depth required so the entire mass of material shall be uniformly graded to the following gradation: SIEVE SIZE PERCENT PASSING 2" 98 - 100 1-1/2" 95 Material gradation may vary due to local aggregates and conditions. Multiple passes of the reclaimer may be necessary to achieve the required gradation. ' TV tr vva(vi ua,r, 1 The asphalt emulsion or asphalt and water (to produce a foamed asphalt) shall be introduced into the mix through the reclaimer uniformly and accurately and metered such that areas are of equal consistency and moisture content. The reclaimed material and additives shall be combined in place to meet the requirements specified in such proportions that the reclaimed mixture is of acceptable composition and stability. Before the start and at the end of each day's work and at any time requested, the Engineer or Engineer's representative must be permitted access to the mixing equipment in order to read the meter to verify the quantity of asphalt emulsion applied during the day's work. Field adjustments shall be made as necessary to the recommended mix design under the guidance of a knowledgeable and competent technician or superintendent to obtain a satisfactory reclaimed mixture of consistent composition and stability throughout the Project. After the material has been processed, it shall be compacted to the lines, grades, and depth required. Water may be applied to ensure optimum moisture content at the time of mixing and compaction. Compaction: Commence rolling with self-propelled rollers as required by this technical provision at the low side of the course, except leave 3 to 6 inches from any unsupported edge or edges unrolled initially to prevent distortion. Density readings shall be taken by Contractor's licensed nuclear gauge operator and witnessed by the Engineer/inspector. A control strip of not less than 500 feet shall be constructed to develop proper rolling/compaction patterns and methods to obtain desired density. Whenever there is a change in the reclaimed material or compaction method, equipment or unacceptable results occur, a new control strip shall be constructed, tested and analyzed. Rollers shall move at a uniform speed that shall not exceed 8 km/hour (5 miles/hour). For static rollers, the drive drum normally shall be in the forward position or nearest to the paver. Vibratory rollers shall be operated at the speed, frequency and amplitude required to obtain the required density and prevent defects in the mat. The number, weight and type of rollers furnished shall be sufficient to obtain the required compaction of the reclaimed material. The field density of the compacted mixture shall be at least 95 percent of the maximum density of laboratory specimens prepared from v. 7.2024 21 samples of the base material taken from the material in place. The specimens shall be compacted in accordance with ASHTO T-180. The in-place field density shall be determined in accordance with ASTM D2922. Any pavement shoving or other unacceptable displacement shall be corrected. The cause of the displacement shall be determined, and corrective action taken immediately and before continuing rolling. Care shall be exercised in rolling the edges of the reclaimed mixture, so the line and grade of the edge are maintained. At the end of each day's production: a transverse construction joint shall be formed by a header or by cutting back into the compacted material to form a true vertical face free of loose material. The protection: provided for construction joints shall permit the placing, spreading, and compacting of base material without injury to the work previously laid. Where it is necessary to operate or turn any equipment on the completed base course, sufficient protection and cover shall be provided to prevent damage to the finished surface. A supply of mats or wooden planks shall be maintained and used as approved and directed by the Engineer. Finishing: Finishing operations shall be completed and the base course shall conform to the required lines, grades, and cross section. If necessary, the surface shall be lightly scarified to eliminate any imprints made by the compacting or shaping equipment. The surface shall then be recompacted to the required density. Correct all irregularities greater than 1/2" over ten feet to the satisfaction of the Engineer. Protection and Curing: After the base course has been finished as specified herein, it shall be protected against drying for a period of 5 to 7 days by the application of a prime coat as specified in FDOT Standard Specifications Section 300 at a rate of not less than 0.15 gal/sy. The curing method shall begin as soon as possible, but no later than 24 hours after the completion of finishing operations. The finished base course shall be kept moist continuously until the curing material is placed. At the time the prime coat is applied, the surface shall be dense, free of all loose and extraneous material, and shall contain sufficient moisture to prevent penetration of the bituminous material. Water shall be applied in sufficient quantity to fill the surface voids immediately before the bituminous curing material is applied. The curing material shall be maintained and re-applied as needed by the Contractor during the 7 -day protection period so that all of the soil -cement will be covered effectively during this period. Finished portions of soil cement that are used by equipment in constructing an adjoining section shall be protected to prevent equipment from marring or damaging the completed work. When the air temperature may be expected to reach the freezing point, sufficient protection from freezing shall be given the soil -cement for 7 days after its construction and until it has hardened. Thickness: The average thickness of the base constructed during one day shall be within 1/2 inch (12 mm) of the thickness required, except that the thickness of any one point may be within 3/4 inch (19 mm) of that required. Where the average thickness shown by the measurements made in one day's construction is not within the tolerance given, the Engineer shall evaluate the area and determine if, in his/her opinion, it shall be reconstructed at the Contractor's expense or the deficiency deducted from the total material in place. Sampling and Testing: Control Testing for Full Depth Reclamation Field Sampling and Testing v. 7.2024 22 Type of Test Method Frequency Size and Location RAP and Soil Cement Base Gradation ASTM C-136 Each 3000 SY (not less than once per day) 20 1b min sampled from hopper Moisture Density Relationship of Soil Cement Mixtures ASTM D-558 Each 1000 SY (not Tess than once per day) 33 1b min sampled from pulverized base Compressive Strength of Molded Soil Cement Cylinders ASTM D-1633 Each 3000 SY (not less than once per day) 33 1 b min sampled from pulverized and mixed base In-place Field Density ASTM D-6938 Each 250 SY (not less than once per day) Random locations after spreading and compacting The depth of Reclaimed Bituminous Base Course shall be determined by measuring uncompacted reclaimed material immediately behind the screed in conjunction with measuring the milling depth prior to placement of reclaimed material. One depth measurement for each 250 square yards of completed base course shall be made. Any section deficient by 0.5 in (12 mm) or more from the specified depth shall be removed and satisfactorily replaced by the Contractor at no additional cost. At the City's option, cores may be taken by the Engineer in the finished product to further ensure base thickness meets requirements. All delivery tickets and notes regarding any materials brought to the project site to complete this Contract must be given to the Engineer/Inspector upon delivery to the project site. Additional sampling and testing may be required if major changes in RAP characteristics are observed, such as a much coarser or finer gradation or a noticeable difference in asphalt content, or when considerable variability is occurring in the field test result Warranty: The Contractor shall provide the City upon final acceptance of the Full Depth Reclamation work, a warranty period of three years (36 months) which shall include all labor, materials, hauling, traffic control and striping to repair the defective areas. The Contractor shall perform all warranty work at no cost to the City. The warranty shall cover structural failures, including but not limited to: • Rutting exceeding FDOT tolerance limits, • Cracking that compromises pavement performance (excluding shrinkage or hairline cracks not affecting structural capacity), • Raveling, base failures, or delamination of reclaimed layers. All corrective work shall include labor, materials, hauling, traffic control, and restriping, performed at no additional cost to the City. Corrective work shall be completed within 30 days of notification by the City, unless otherwise approved. v. 7.2024 23 Basis of Payment: The work specified under this Section, complete, and/or material installed and accepted, shall be paid for in accordance with the following individual pay items: Full Depth Reclamation (FDR), Square Yard (SY) Emulsion (Asphalt), per Gallon (GAL,) (AS NEEDED FOR FULL DEPTH RECLAMATION) Portland Cement* per Ton (TN) (AS NEEDED FOR FULL DEPTH RECLAMATION) Compact and Grading, Square Yard (SY) (AS NEEDED FOR FULL DEPTH RECLAMATION) Base Material, per Ton (TN) (AS NEEDED FOR FULL DEPTH RECLAMATION) Removal of Unsuitable Material* per Ton (TN) (AS NEEDED FOR FULL DEPTH RECLAMATION) The Unit prices include all items listed in the Contract, including all General Conditions and Technical Specifications pertaining to Full Depth Reclamation, including all items of work described herein. No additional payment will be provided for any item necessary for the completion of this Contract as detailed in the Specifications. 31. DIRECTION TO CONTRACTOR - The Contractor is to only take direction from the City's Project Inspector, Construction Manager, or Project Engineer. The Project Inspector shall be the primary contact for the City. Ignoring or failure to comply with directives of the Project Inspector to the Contractor's Superintendent shall be grounds for removal of the Superintendent from the job for the remainder of the contract. 32. CONTACT PERSON - Upon award of the contract, the City's contact representative will be Leand Skenderasi @ 727-519-6524. 33. AMOUNT OF WORK TO BE UNDER CONSTRUCTION AT ONE TIME - The amount of work under construction at any given time shall be such that all milled areas are resurfaced within seven (7) calendar days from the commencement of the milling operation. The Project Inspector must approve the milling of new streets. Said Inspector has the right to stop the project if resurfacing is not being completed within the seven (7) calendar daytime frame. 34. PAYMENT - Payment for services will be contained in the contract bid items located on bid tab Payment for services will be made under the contract bid items listed in the Bid Tab. Where a specific pay item is identified in the Bid Tab, the work shall be measured and paid under that item. Where no pay item exists, the work shall be considered incidental in accordance with Section IV -A — Supplemental Technical Specifications. v. 7.2024 24 No separate payment will be made for incidental work not specifically listed; all such costs shall be included in the appropriate bid items. The work performed under this Contract shall be measured and paid for at the unit prices bid in the Proposal and as listed in the Contract Bid Tab. These unit prices shall constitute full compensation for furnishing all labor, materials, equipment, tools, transportation, quality control testing, traffic control, cleanup, and incidentals necessary to complete the work in accordance with the Specifications. Payment will be made at the contract unit prices for the following pay items: Resurfacing Pay Items: • Preparation & Maintenance (Pay Item 1.01): Lump Sum (LS) for preparation, installation, and maintenance of project facilities. • Temporary Traffic Control Devices (Pay Items 1.02-1.03): Measured by the day (DAY) for advanced arrow warning panels and variable message signs. General MOT (flaggers, detours, lane closures, etc.) remains incidental per Section IV -A. • Milling (Pay Items 1.04-1.06): Measured by square yard (SY) Includes all hauling/stockpiling unless covered under Pay Items 1.57-1.58. • Superpave Asphalt Base (Pay Item 1.07): Measured by the ton (TN) placed, compacted, and accepted. • Leveling Course (Pay Item 1.08): Measured by the ton (TN) placed, compacted, and accepted. • Asphaltic Concrete (Pay Items 1.09-1.12): Measured by the ton (TN). Selection of SP -9.5 or SP -12.5 shall be at the discretion of the Project Inspector/Engineer. • Optional Base Groups (Pay Items 1.13-1.15): Measured by the square yard (SY). See FDOT Standards. • Adjustment of Manhole Rings & Covers (Pay Items 1.16-1.17): Measured by each (EA), including all rings, risers, and incidentals. • Shoulders (Pay Items 1.18-1.19): Measured by the square yard (SY) for sod with topsoil and cubic yard (CY) for stabilized aggregate shoulder. • Traffic Signal & Loop Work (Pay Items 1.20-1.27): o Conduit (Underground, Sawcut, Bore) — Linear Foot (LF) o Pull & Junction Boxes — Each (EA) o Loop Assemblies — Each (EA) o Saw Cut Lead -Ins — Linear Foot (LF) o Core Drill for Loop Window — Each (AS) v. 7.2024 25 o Lead -In Cable – Linear Foot (LF) All incidental work necessary to provide a complete and operable loop detection system—including splicing, sealant, testing, and as-builts—shall be considered incidental to these pay items. • Pavement Markings (Pay Items 1.28-1.52): Measured by LF, SF, or EA depending on the item (crosswalks, stop bars, school crossings, symbols, arrows, island noses, painted markings in white/yellow/blue, handicap, retro - reflective pavement markers, and thermoplastic removal). • Full Depth Reclamation (Pay Items 1.53-1.56): o Base – Square Yard (SY) o Asphalt Emulsion – Gallon (GAL) o Portland Cement – Ton (TN) o Compaction & Grading – Square Yard (SY) • Hauling/Retention of Millings (Pay Items 1.57-1.58): o Hauling of Milling Material to City Yard (1.57) – Cubic Yard (CY). o Contractor Retains Project Millings (Deduct) (1.58) – Ton (TN). • Erosion & Sediment Control / Inlet Protection (Pay Item 1.59): Lump Sum (LS). General inlet protection and stabilization tasks beyond this allowance remain incidental per Section IV -A. • Moderate Cracking: • Heavy Cracking: • Roadway Resurfacing Contingency (1.62): Lump Sum (LS) allowance at 10 Stormwater Pav items: • Modified Curb, R&R (2.01): Measured by linear foot (LF). • Valley Curb, R&R (2;02): Measured by linear foot (LF). • Type 1 Curb, R&R (2.03): Measured by linear foot (LF). • Concrete Swale Curb (2.04): Measured by linear foot (LF). • 8" Crushed Concrete, LBR 100 (2.05): Measured by square yard (SY) placed and compacted. • 12" Stabilized Subgrade, LBR40 (2.06): Measured by square yard (SY) placed and compacted. • Concrete Driveway Restoration, R&R (2.07): Measured by square foot (SF) restored. Minor patching and restoration not listed on plans remain incidental. v. 7.2024 26 • Tree Removal (2.08-2.11): Measured by each (EA) tree removed, categorized by trunk diameter (12-24", 25-36", >36") and palms. General tree protection, trimming, and vegetation control remain incidental per Section IV -A. • Stormwater Contingency (2.12): Lump Sum (LS) allowance at 10 ADA Improvements Pay Items: • ADA Mat Only, Installed on Existing Concrete (3.01): Measured by each (EA). • ADA Ramp with Mat (3.02): Measured by each (EA) ramp installed, including mat, per FDOT 304, CR -E, CR -F, CR -L, and City Index 109. • ADA Ramp with Modified Curb (3.03): Measured by each (EA). • ADA Contingency (3.04): Lump Sum (LS) allowance at 10%. Incidental Work: In addition to the pay items above, the following items shall be considered incidental to the contract unless otherwise listed as a specific pay item in the Bid Tab: • Provision of a .cell phone for the Contractor's supervisor, • Repair of damaged sprinklers, • Tracking prevention and cleanup of asphalt or tack, • Handling, protection, or replacement of street signs, • Sod replacement and repair of sprinkler systems, • Tree trimming and vegetation control, • Layout and surveying, • Sweeping, debris removal, and cleanup, • Preparation, compaction, and restoration of roadway base, • Pre- and post -construction videotaping, • Transport and stockpiling of millings (unless awarded under Alternative Bid #1), • Restoration of storage and staging areas, • Debris disposal, v. 7.2024 27 • Maintenance of Traffic (MOT). All costs for maintenance of traffic, including but not limited to traffic control devices, signs, barricades, flaggers, temporary pavement markings, and detours, shall be considered incidental to the work and included in the unit prices bid for other items. No separate payment will be made for MOT unless otherwise specifically provided in the Bid Tab. 35. AWARD OF CONTRACT, WORK SCHEDULE AND GUARANTEE: It is required that all work under this contract be completed within three hundred and sixty five (365) consecutive calendar days. Contract Time shall commence upon issuance of the Notice to Proceed. If the Contractor fails to complete the work within the stipulated time, the City will retain the amount stated in the Contract per calendar day for each day the contract remains incomplete. No work shall be performed on Saturdays, Sundays, or City -recognized holidays unless specifically approved by the City. Acceptance of Work: Asphalt resurfacing work shall be accepted in accordance with the FDOT Standard Specifications, Section 334. Verification testing will be performed by the City or its representative to confirm compliance with density, thickness, smoothness, asphalt content, and air voids. Pay adjustments may be applied in accordance with FDOT specifications. Warranty The Contractor shall warrant all asphalt resurfacing work for a period of one (1) year from the date of Final Acceptance. The warranty shall cover only structural failures, including but not limited to: • Rutting in excess of FDOT tolerance limits, • Cracking that compromises pavement performance (excluding hairline or shrinkage cracking), • Raveling, base failures, or delamination of asphalt layers. The warranty shall not apply to cosmetic surface variations, normal wear and tear, damage from overweight vehicles, utility cuts, or acts of God. For Full Depth Reclamation (FDR) work, the Contractor shall provide a three (3) year warranty as specified under Section 30 of these Specifications. All corrective work performed under warranty shall include labor, materials, hauling, traffic control, and striping at no additional cost to the City. Corrective work shall be completed within thirty (30) calendar days of notification by the City unless otherwise approved. Project Signs: The Contractor shall provide two (2) portable project signs as described in Section III, Article 23 of the Contract Documents. The final number of project signs will be determined at the beginning of the project based on the Contractor's schedule of work submitted for approval. Additional project signs may be required due to the Contractor's schedule of work and shall be provided at no additional cost to the City. PRICING SHEET v. 7.2024 28 The quantities provided are estimated per year for bidding purposes and may vary based on the actual work throughout the duration of the contract. The City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. Unit costs for all bid items shall not be changed in the event of overruns or underruns. All groups do not need to be priced however, all items within a group need to be completed in order to be considered for award of that group. ROADWAY RESURFACING Line Item Description Quantity Unit of Unit Cost Total Measure STREETS AND SIDEWALKS 1.0 ROADWAY RESURFACING 1.01 PREPARATION, INSTALLATION AND MAINTENANCE OF PROJECT SIGNS 1 LS 1.02 ADVANCED ARROW WARNING PANEL 40 . DAY 1.03 SIGN, VARIABLE MESSAGE, 3 LINES, 40 DAY 1.04 REMOVED 0 SY 1.05 MILLING EXISTING ASPHALT PAVEMENT, 2" THICKNESS OR LESS,FULL WIDTH 120,000 SY 1.06 MILLING EXISTING ASPHALT PAVEMENT —MORE THAN 2" THICKNESS TO 4" THICKNESS, FULL WIDTH 5,000 SY 1.07 SUPERPAVE ASPHALT BASE, TYPE B 12.5, VARIABLE THICKNES 300 TN 1.08 SUPERPAVE ASPHALT CONCRETE, LEVELING COURSE, TYPE SP 9.5 OR SP 12.5, FINE, TRAFFIC LEVEL C, VARIABLE THICKNESS 470 TN v. 7.2024 29 Line Item 1.09 Description SUPERPAVE ASPHALT CONCRETE, TYPE SP 9.5 , FINE, TRAFFIC LEVEL C, VARIABLE THICKNESS, ARTERIALS/COLLECTORS Quantity 2,300 Unit of Measure TN Unit Cost Total 1.10 SUPERPAVE ASPHALT CONCRETE, TYPE SP 9.5 , FINE, TRAFFIC LEVEL C, VARIABLE THICKNESS, LOCAL ROADS 4,700 TN 1.11 SUPERPAVE ASPHALT CONCRETE, TYPE SP 12.5, FINE, TRAFFIC LEVEL C, VARIABLE THICKNESS, ARTERIALS/COLLECTORS 3,200 TN 1.12 SUPERPAVE ASPHALT CONCRETE, TYPE SP 12.5, FINE, TRAFFIC LEVEL C, VARIABLE THICKNESS, LOCAL ROADS 1 TN 1.13 OPTIONAL BASE GROUP 01 (see latest FDOT Standards) 100 SY 1.14 OPTIONAL BASE GROUP 04 (see latest FDOT Standards) 100 SY 1.15 OPTIONAL BASE GROUP 09 (see latest FDOT Standards) 100 SY 1.16 ADJUST MANHOLE RING & COVER TO FINISHED GRADE, IN PAVEMENT, RISER PROVIDED BY CONTRACTOR 50 EA 1.17 ADJUST MANHOLE RING & COVER TO FINISHED GRADE, IN PAVEMENT, RISER PROVIDED BY CITY 50 EA 1.18 SHOULDER WITH SOD, INCLUDING TOP SOIL 150 SY v. 7.2024 30 Line Item 1.19 Description STABILIZED AGGREGATE SHOULDER Quantity 200 Unit of Measure CY Unit Cost Total 1.20 CONDUIT, SIGNALS, F & I, UNDERGROUND,2" 100 LF 1.21 CONDUIT, SIGNALS, F & I, SAWCUT & PLACE UNDER EXISTING PAVEMENT, 2" 100 LF 1.22 CONDUIT, F & I, DIRECTIONAL BORE < 6" 50 LF 1.23 PULL & JUNCTION BOXES, F & I, PULL BOX 100 EA 1.24 LOOP ASSEMBLY, TYPE A, 6' X 20', F&I 16 EA 1.25 SAW CUT LEAD-INS 50 LF 1.26 CORE DRILL 2" THROUGH GUTTER FOR LOOP WINDOW, F&I, 2" SWEEP 5 AS 1.27 LEAD-IN CABLE (BELDEN WIRE) 50 LF 1.28 PAVEMENT MARKING - CROSSWALKS 7 EA 1.29 PAVEMENT MARKING - STOP BARS 10 EA 1.30 PAVEMENT MARKING - SCHOOL CROSSING/RR 10 EA 1.31 PAVEMENT MARKERS, RETRO- REFLECTIVE, REMOVE AND REPLACE 50 EA 1.32 PAVEMENT MARKERS, RETRO- REFLECTIVE, NEW 25 EA 1.33 PAINTED PAVEMENT MARKING, STD, WHITE, SOLID, 6" 10,000 LF v. 7.2024 31 Line Item 1.34 Description PAINTED PAVEMENT MARKING, STD, WHITE, SOLID, 8" Quantity 1 Unit of Measure LF Unit Cost Total 1.35 PAINTED PAVEMENT MARKING, STD, WHITE, SOLID, 12" 1 LF 1.36 PAINTED PAVEMENT MARKING, STD, WHITE, SOLID, 18" 1 LF 1.37 PAINTED PAVEMENT MARKING, STD, WHITE, 10'-30', SKIP, 6" 1 LF 1.38 PAINTED PAVEMENT MARKING, STD, WHITE, DOTTED/GUIDELINE/ 2'-4' GAP EXTENSION 6" 1 LF 1.39 PAINTED PAVEMENT MARKING, STD, WHITE, DOTTED/GUIDELINE/ 6'-10' GAP EXTENSION 6" 1 LF 1.40 PAINTED PAVEMENT MARKING, STD, WHITE, MESSAGE 10 EA 1.41 PAINTED PAVEMENT MARKING, STD, WHITE, ARROWS 10 EA 1.42 PAINTED PAVEMENT MARKING, STD, WHITE, ISLAND NOSE 1 SF 1.43 PAINTED PAVEMENT MARKING, STD, YELLOW, SOLID, 6" 10,000 LF 1.44 PAINTED PAVEMENT MARKING, STD, YELLOW, SOLID, 8" 1 LF 1.45 PAINTED PAVEMENT MARKING, STD, YELLOW, SOLID, 18" 1 LF 1.46 PAINTED PAVEMENT MARKING, STD, YELLOW, SKIP, 6" 500 LF v. 7.2024 32 Line Item 1.47 Description PAINTED PAVEMENT MARKING, STD, YELLOW, DOTTED/GUIDELINE/2'-4' GAP EXTENSION 6" Quantity 1 Unit of Measure LF Unit Cost Total 1.48 PAINTED PAVEMENT MARKING, STD, YELLOW, DOTTED/GUIDELINE/ 6'-10' GAP EXTENSION 6" 1 LF 1.49 PAINTED PAVEMENT MARKING, STD, YELLOW, ISLAND NOSE 1 SF 1.50 PAINTED PAVEMENT MARKINGS, STD, BLUE, SOLID FOR PARKING LOT- ACCESSIBLE MARKINGS, 6" 60 LF 1.51 PAINTED PAVEMENT MARKINGS, STD, BLUE "HANDICAPPED SYMBOL", PARKING LOT, (2.7 SF W/ NO BACKGROUND) 1 EA 1.52 THERMOPLASTIC, PAVEMENT MARKINGS, REMOVE 100 SF 1.53 FULL DEPTH RECLAMATION (FDR) 25,000 SY 1.54 EMULSION (FDR) 75,000 GAL 1.55 PORTLAND CEMENT (FDR) 500 TN 1.56 COMPACT & GRADING (FDR) 25,000 SY 1.57 HAULING OF MILLING MATERIAL TO CITY'S YARD (1650 N ARCTURAS AVE) 100 CY 1.58 CONTRACTOR RETAINS PROJECT MILLINGS (DEDUCT) 15,000 TN 1.59 EROSION AND SEDIMENT CONTROL / INLET PROTECTION SYSTEMS 10 LS v. 7.2024 33 Line Item 1.60 Description ADDITIONAL PAYMENT FOR CLEANING AND FILLING CRACKS 1/4 INCH OR GREATER WHERE 31%-60% OF A ONE - SQUARE -YARD AREA IS AFFECTED. MODERATE Quantity 1 Unit of Measure SY Unit Cost Total 1.61 ADDITIONAL PAYMENT FOR CLEANING AND FILLING CRACKS 1/4 INCH OR GREATER WHERE MORE THAN 61% OF A ONE -SQUARE -YARD AREA IS AFFECTED. HEAVY 1 SY 1.62 EXCAVATION INCLUDES PAYMENT FOR REMOVING THE EXISTING BASE AND SUBGRADE, AND THE CONTRACTOR IS RESPONSIBLE FOR HAULING AND ALL ASSOCIATED DUMPING OR DISPOSAL COSTS. 10 CY TOTAL ROADWAY RESURFACING CONTINGENCY Line Item 1.63 Description 10% CONTINGENCY FEE FROM SECTION 1 ROADWAY RESURFACING Quantity Unit of Unit Cost Total Measure 1 LS TOTAL STORMWATER Line Item 2.01 2.02 Description MODIFIED CURB, R&R VALLEY CURB, R&R Quantity Unit of Unit Cost Total Measure 5,000 2,500 LF LF v. 7.2024 34 Line Item 2.03 Description TYPE 1 CURB, R&R Quantity 5,000 Unit of Measure LF Unit Cost Total 2.04 CONCRETE SWALE CURB 300 LF 2.05 8" CRUSHED CONCRETE (LBR 100) 500 SY 2.06 12" STABILIZED SUBGRADE (LBR40) 1,000 SY 2.07 CONCRETE DRIVEWAY RESTORATION R&R 1,000 SF 2.08 TREE REMOVAL (12"DIA - 24" DIA) 5 EA 2.09 TREE REMOVAL (25"DIA - 36" DIA) 5 EA 2.10 TREE REMOVAL (GREATER THAN 36" DIA) 5 EA 2.11 TREE REMOVAL (PALM) 5 EA TOTAL STORMWATER CONTINGENCY Line Item 2.12 Description 10% CONTINGENCY FEE FROM SECTION 2 STORMWATER Quantity Unit of Unit Cost Total Measure 1 LS TOTAL AMERICANS WITH DISABILITIES ACT (A.D.A) IMPROVEMENTS Line Item 3.01 Description ADA MAT ONLY (INSTALLED ON EXISTING CONCRETE) Quantity Unit of Unit Cost Total Measure 10 EA v. 7.2024 35 Line Item 3.02 3.03 Description ADA RAMP WITH MAT, FDOT 304, CR -E, CR -F, CR -L & City Index 109 ADA RAMP W/ MODIFIED CURB Quantity Unit of Unit Cost Total Measure 10 17 EA EA TOTAL ADA CONTINGENCY Line Item 3.04 Description 10% CONTINGENCY FEE FROM SECTION 3 ADA IMPROVEMENTS Quantity Unit of Unit Cost Total Measure 1 LS TOTAL SUBMITTAL REQUIREMENTS 1 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ❑ Yes ❑ No *Response required When equals "Yes" Certified Business Type* Pick one of the following Select all that apply ❑ Certified Small Business ❑ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required v. 7.2024 36 When equals "Yes" Certification Documentation* Provide a copy of your certification *Response required 2 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent's offer, or in response to a public records request under Florida's public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ❑ Please confirm *Response required 3 E -Verify System Certificattion* v. 7.2024 37 PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E -VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E -Verify system to verify the work authorization status of,newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E -Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. El Please confirm *Response required 4 Scrutinized Company Certification* Please download the below documents, complete, notarize, and upload. • SCRUTINIZED COMPANIES AND B... *Response required 5 Compliance with Anti -Human Trafficking Laws* Please download the below documents, complete, and upload. • Compliance with 787.06 form... *Response required 6 Section V - Contract Documents* Please download the below documents, complete, and upload. • Section V - Contract Docume... *Response required 7 W-9* Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 38 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND 1 CONTRACT 4 CONSENT OF SURETY TO FINAL PAYMENT 8 PROPOSAL/BID BOND 9 AFFIDAVIT 10 NON -COLLUSION AFFIDAVIT 11 PROPOSAL ' 12 CITY OF CLEARWATER ADDENDUM SHEET 14 BIDDER'S PROPOSAL 15 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM 20 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM 21 SECTION V Page i Updated: 7/9/2025 SECTION V — Contract Documents Bond No.: 108376642 PUBLIC CONSTRUCTION BOND (1) This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in subsections (2) and (10). Pursuant to § 255.05(1)(b), Florida Statutes, "Before commencing the work or before recommencing the work after a default or abandonment, the contractor shall provide to the public entity a certified copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt payment for construction services, the public entity may not make a payment to the contractor until the contractor has complied with this paragraph." CONTRACTOR Gator Grading & Paving, LLC Principal Name, 2704 105th St. E Palmetto, FL 34221 Principal Business Address 813-482-7709 Principal Phone Number SURETY Travelers Casualty and Surety Company of America Principal Name One Tower Square Hartford, CT 06183 Principal Business Address 704-544-3706 Principal Phone Number PROJECT NAME: Roadway Resurfacing PROJECT NO.: 24 -0041 -EN OWNER City of Clearwater Public Works PO Box 4748 Clearwater FL 33758-4748 (727) 562-4630 PROJECT DESCRIPTION: The work under this contract consists of asphaltic concrete resurfacing of major roadways and residential streets throughout the City of Clearwater, as identified in these documents and shown on the engineering maps prepared by the City's Transportation Engineering Division. The scope also includes associated improvements such as installation of curb types, construction of ADA -compliant ramps, and removal of trees where necessary. These improvements are intended to ensure that adjacent infrastructure and access features are upgraded to acceptable standards in coordination with resurfacing operations. The Island Way resurfacing project is designated as a time -sensitive priority. Upon issuance of the Notice to Proceed, the Contractor shall mobilize directly to Island Way and commence work as the first phase of this contract, in accordance with Section III — Order and Location of the Work. The intent of this bid is to obtain competitive pricing to establish and annual resurfacing contract for on- call (as -needed) services. All quantities are estimates only, and the City of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. All work shall be administered in accordance with Section III, Section 11.3 — Unit Price Work, of the Contract Documents. They City reserves the right to increase funding during the contract term if work exceeds original estimates, subject to required authorizations. Beyond the initial one-year term, the City reserves the right to renew the contract for up to three (3) additional years. SECTION V Page 1 of 21 Updated: 7/9/2025 SECTION V—Contract Documents The Contractor shall include the bid response copies of the current Contractor License/Registration with the State of Florida and Pinellas County (if applicable). BY THIS BOND, We, Gator Grading & Paving, LLC, as Contractor, and Travelers Casualty and Surety Company of America, a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $4,658,040.00, for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the contract dated , between Contractor and Owner for construction of 24 -0041 -EN Roadway Resurfacing, the contract documents being made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for), at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the contract; and SECTION V Page 2 of 21 Updated: 7/9/2025 SECTION V—Contract Documents Bond No.: 108376642 PUBLIC CONSTRUCTION BOND (2) 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Contractor under the contract; and 4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of the construction contract; and 5. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise, it remains in full force. 6. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 7. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes do not affect Surety's obligation under this bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this day of , 20_ (If sole Ownership or Partnership, two (2) Witnesses are required). (If Corporation, Secretary only will attest and affix seal). SECTION V Gator Grading & Paving, LLC By: Title: Print Name: Travelers Casualty and Surety Company of America (Corporate Surety) By:ATb. Uhzt- TO -IN-FACT Print Name: Jennifer B. Gullett (affix corporate seal) (Power of Attorney must be attached) Page 3 of 21 Updated: 7/9/2025 TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint JENNIFER B GULLETT of CHARLOTTE , North Carolina , their true and lawful Attomey(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory In the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut By: City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now In full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances,,contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it Is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed In the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (ti) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -In - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 21st day of November, 2025 . Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please calf us at 1-800-421-3880. Please refer to the above-named Attorney(s)inFactand the details of the bond to which this Power of Attorney is attached. SECTION V — Contract Documents CONTRACT (1) This CONTRACT made and entered into this day of , 20 by and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Gator Grading & Paving LLC, of the City of Palmetto County of Manatee and State of Florida, hereinafter designated as the "Contractor". ,[Or, if out of state:] This CONTRACT mada. e_nd entered into this day of , 20 by and between the City sof Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and , a/an. . (State) Corporation authorized to do business in the . State of Florida, of the City of : . County of and State of ., hereinafter designated as the "Contractor"., WITNESSETH: That the parties to this contract each in consideration of the undertakings, promises and agreements on the part of the other herein contained, do hereby undertake, promise, and agree as follows: The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own cost and expense perform all labor, furnish all materials, tools and equipment for the following: PROJECT NAME: Roadway Resurfacing PROJECT NO.: 24 -0041 -EN in the amount of $4,658,040.48 In accordance with such proposal and technical supplemental specifications and such other special provisions and drawings, if any, which will be submitted by the City, together with any advertisement, instructions to bidders, general conditions, technical specifications, proposal and bond, which may be hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this contract, and all of said work to be performed and completed by the contractor and its successors and assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City. If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as contained herein within the time specified for completion of the work to be performed by the Contractor, then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have the right to proceed to complete such work as Contractor is obligated to perform in accordance with the provisions as contained herein. • SECTION V Page 4 of 21 Updated: 7/9/2025 SECTION V — Contract Documents CONTRACT (2) THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTORS ACTIVITIES ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES, COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE CONTRACTOR'S SUB CON TRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO '[RE LIMITS OF § 725.06(2). In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements: In connection with the performance of work under this contract, the Contractor agrees not to discriminate against any employee or applicant for employment because of race, sex, religion, color, or national origin. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post hereafter in conspicuous places, available for employees or applicants for employment, notices to be provided by the contracting officer setting forth the provisions of the non-discrimination clause. The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including contracts or agreements with labor unions and/or worker's representatives, except sub -contractors for standard commercial supplies or raw materials. It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the event that the work to be performed by the Contractor is not completed within the time stipulated herein, it is then further agreed that the City may deduct from such sums or compensation as may be due to the Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely represent damages which the City has sustained by reason of the failure of the Contractor to complete the work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work within the time period as specified in this contract. It is further mutually agreed between the City and the Contractor that if, any time after the execution of this contract and the public construction bond which is attached hereto for the faithful performance of the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions of this contract until such new or additional security bond guaranteeing the faithful performance of the work under the terms hereof shall be completed and furnished to the City in a form satisfactory to it. SECTION V Page 5 of 21 Updated: 7/9/2025 SECTION V—Contract Documents CONTRACT (3) In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAP 1'ER 119, FLORIDA STATUTES, THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, City Clerk, at Rosemarie.Call@myclearwater.com, 727-562-4092, 600 Cleveland St., 6th Floor, Clearwater, FL 33756. The contractor's agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter "public agency") to perform the service being provided by the contractor hereunder. b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronicaIIy must be provided to the public agency, pon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency's contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency's request for records, the public agency shall enforce the contract provisions in accordance with the contract, g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency's contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and SECTION V Page 6 of 21 Updated: 7/9/2025 SECTION V—Contract Documents CONTRACT (4) 2. At Ieast 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. j) A contractor who complies with a public records request within 8 business days after the notice is sent is not Iiable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLASS COUNTY, FLORIDA By: Jennifer Poirrier City Manager Countersigned: By: Contractor must indicate whether: Corporation, Partnership, ttest: La1-1-/ Rosemarie Call Ci Clerk (SEAL) Apved as to form: Jerro► pson Seni.r Assistant City Attorney Company, or Individual ,%/' (Contractor) Print Name: Title: , SEAL) ; /7 The person signing shall, in his own handwriting, sign the Principal's name, his own name, and liis%title, , where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind%tli'e> ; Corporation— provide Affidavit. SECTION V Page 7 of 21 Updated: 7/9/2025 GATOR GRADING & PAVING, LLC CERTIFICATE OF MANAGER The undersigned hereby certifies that he is duly named Manager of Gator Grading & Paving, LLC, a Florida limited liability company (the "Company"), and further certifies as follows: 1. Section 7.7 of the Second Amended and Restated Operating Agreement of Company dated September 30, 2020 (the "Operating Agreement"), provides as follows: "Section 7.7 Officers" (a) Manager. Subject to the limited direction and control of the Members Under Section 7.3(a) or Section 7.5, the Manager shall supervise and control the management of Company and conduct of its day-to-day operations and affairs, take such actions as may be necessary or appropriate to execute the policies, directives and requirements of the Members and this Agreement, and have such other authority and duties as are normally incident to the position of the chief executive officer of a corporation, are authorized under the Act and such authority and duties as may be prescribed from time to time by Members. The Manager may be given such title as Members may prescribe. (b) Other Officers. The Manager may appoint from time to time one or more officers of the Company with such titles, powers, duties, compensation and other terms as the Manager may determine to be necessary or appropriate. Any such officers shall serve, subject to the provisions of this Agreement, until their respective successors are duly appointed and qualified. Any officer may be removed by the Manager at any time with or without cause; but such removal shall not itself affect the contractual rights, if any, of the officer remove. The compensation of all officers shall be fixed by the Manager or prescribed by this Agreement." 2, Pursuant to Section 7.7 of the Operating Agreement, by his execution hereof until further notice the Manager does hereby appoint the individual(s) named below as officer(s) of Company, with the title(s) set forth opposite their respective name(s) below, as follows: Name Title William E. Hicks Greg Baier Mark Ventriglia President / COO VP of Business Development & Estimating Vice President of Operations Any officer of the Company is authorized to execute on behalf of the Company all contracts, bids, bid bonds, and lien waivers. Gator Grading & Paving, LLC Certificate of Manager Page 2 3. Pursuant to Section 7.7 of the Operating Agreement, by his execution hereof, until further notice the Manager does hereby authorize the individuals named below to execute contracts and purchase orders on behalf of the Company, pursuant to which the commitment or liability of the Company does not exceed One Hundred Fifty Thousand Dollars ($150,000) as to any individual contract or purchase order as follows: Mark R Samphilipo Josh Romine Brian Martineau Orrin Ladd Chief Financial Officer Paving Operations Manager Project Manager Project Manager 4. Pursuant to Section 7.7 of the Operating Agreement, by his execution hereof, until further notice the Manager does hereby authorize the individuals named below to execute contracts and purchase orders on behalf of the Company, pursuant to which the commitment or liability of the Company does not exceed Fifty Thousand Dollars ($50,000) as to any individual contract or purchase order, as follows: Robert Ricciardo Pete Davis Corey Rhinehart Sam Upadhyay Garret Boyan Shop Foreman Sr. Estimator Estimator Asst Project Manager Asst Project Manager This Certificate supersedes and replaces all Certificates. IN WITNESS WHEREOF, the undersigned has executed this certificate on September 24, 2025. Gator Grading & Paving, LLC By: --14 7-i William Kevin Hicks CEO/Manager SECTION V — Contract Documents CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 24 -0041 -EN Public Works PROJECT NO.: Roadway Resurfacing 100 S Myrtle Ave CONTRACT DA 1E: (. 1 Clearwater, FL 33756 BOND_ NO.: [ j, recorded in O.R. Book ( j Page ( 1, of the Public Records of Pinellas County, Florida. CONTRACTOR: .( 1 Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the: [insert name ofSurety] [address] [address], SURETY, on bond of '[insert name of Contractor] [address] [address], CONTRACTOR, hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve Surety of any of its obligations to City of Clearwater [Dept. awning project] PO Box 4748 Clearwater, FL 33758-4748, OWNER, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this day of Attest: (Seal): (Surety) (Signature of authorized representative) (Printed name and title) SECTION V Page 8 of 21 Updated: 7/9/2025 SECTION.V—Contract Documents PROPOSAL/BID BOND (Not to be filled out if a certified check is submitted) KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, Gator Grading & Paving, LLC as Contractor, and Travelers Casually and Surety Company of America as Surety, whose address is One Tower Square, Hartford. CT06183 , are held and firmly bound unto the City of Clearwater, Florida, in the sum of Ten Percent of Amount Bld Dollars ($10% of Bid ) (being a minimum of 10% of Contractor's total bid amount) for the payment ofwhich, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of Gator Grading & Paving, LLC as Cdntractor, and Travelers Casualty and Surety Company of America as Surety, for work specified as: 24 -0041 -EN Roadway Resurfacing all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided herefor, all within Pinellas County, is accepted and the contract awarded to the above named bidder, and the said bidder shall within ten days after notice of said award enter into a contract, in writing, and furnish the required Public Construction Bond with surety or sureties to be approved by the City Manager, this obligation shall be, void, otherwise the same shall be in full force and virtue by law and the full amount of this Proposal/Bid Bond will be paid to the City as stipulated or liquidated damages. Principal tnust indicate whether: Corporation, Partnership, LLC Company, or Individual Signed this 29th day of October , 20 25 . . Pala Grading & Paving, LLC Contra• Principal By: Title 1re,&)- i k',� t1L✓� t 1' LK. J:t rc6a«n '. Travelers Casualty and Surety Company of America The person signing shall, in his own handwriting, sign the Principal's name, his own name, and his title;, where the person is signing for a Corporation, he Hurst, by Affidavit, show his authority to bind the Corporation — provide Affidavit. (at iof.Oti:rrlinci C': PEr+rini , civ 270r; •1(}rlytiBtI^ 1J;alnl� lln, FL t42 i SECTION V Page 8 of 16 Updated: 6/3/2024 SECTION V—Contract Documents AFFIDAVIT (To be filled in and executed if the bidder is a corporation) STATE OF FLORIDA COUNTY OF MA N ) Wi iMrn 6. Dicks , being duly sworn, deposes and says that he/she is Presiderti+;,ecretaIy of ( for G racl lteto, Pc v irvA LA -C- a corporation organized and existing udder and by vittui'of the laws of the State of Florida, and having its principal office at: (Street & Number) (City) (County) (State) Affiant further says that he is familiar with the records, minute books and by-laws of ?4t/' &1ic\'0 e-1vtiati\ (Name of Corporation) Affiant further says that U ( I eSdr;►rt� `=f �� C�cll ii �( �e+�is Crz- (Officer's NItme) ' (Title) q ) LLC of the corporation, is duly authorized to sign the Proposal for e Ctt'c: �1 �L� 4n `�1 I °�t1 } U / or said corporation by virtue of CC°,b''':1'A Cf t 1 r ck � J\ C.l Y\�'t c_.r C ' -1TSG tic) (state whether a provision of by laws o? a Resolution of Board of Directors. If by Resolution give date of adoption). f;: , C..�i,(,a GJ �,'• //'�++�� Affiant Sworn to before me this 29 dV ay of G-i'Obecr , 20/5. iHJG,i . i. ,`SPAY.",ya-, Ablgall C. Wonnell ?° %c = Comm.: HH 53B359 at, _�,, J Expires: Jun. 13, 2028 %' �•.....p. it Notary Public - State of Florida i���Ij1 t `s' Gator,Grading & Paving, LLC 27041,O5th St E Palmetto,. Fl. 34221 4,61../11 I otary blic obi «;tS C .V�ian�eil Type/print/stamp name of Notary fi H- 534335F1 Title or rank, and Serial No., if any SECTION V Page 9 of 16 Updated: 6/3/2024 TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"). and that the Companies do hereby make, constitute and appoint JENNIFER B GULLETT of CHARLOTTE , North Carolina their true and lawful Attorney(s)-ih-Fact 10 sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this Instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. State of Connecticut By: City of Hartford ss. Robert L. Rane enlor Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing Instrument for the purposes therein contained by signing on behalf of sald Companies by himself as a duly authorized officer. �igoyrb�h• IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 4Ohxrate This Power of Attorney Is granted under and by the authority of the following resolutions adopted, by the Boards of Directors of each of the Companies, which resolutions are now In full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer,•the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of Indemnity, and otherwritings obligatory In the, nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given htm or her; and Itis FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more Officers or employees of this Company, provided that each such delegation is In writing and a copy thereof Is filed In the office of the Secretary; and It is FURTHER RESOLVED, that any bond, recognizance, contract of Indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senlor Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -In -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates ofauthority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice' President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the.Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant. Secretaries or Attomeys-ln- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valtd and binding on the Company In the future with respect to any bond or understanding to which it Is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power .of Attorney executed by said Companies, which remains in full force and effect. Anna P. Nowik, Notary Public Dated this 29th day of October 01. 7.) , 2026 . Gator.Grading & Paving, MC 2704 1.08th St E Palmetto, FL a422j Kevin E. Hughes, Assistant Secretary To verify Hie authenticity of this Power ofAttorrrey, please call us at 1-800,4213880. Please refer to the above-named Attorney(s)-In-Fact and the dela!%s of the bond to which thls Powerof Attorney is attached. SECTION V — Contract Documents NON -COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTY OF Mc\ NIA -T65 ) \ e,r being, first duly sworn, deposes and says that he is Gator Grading & Paving, LLC 2704 1.05th St E Palmetto,. FL 34221 t( . `1 Mb'lk of etGrisext. 617(Gli'i ar 14:1/1/14/7 � LL the party snaking the foregoing Proposal or Bid; that such Bid is genuine and no' collusive or sham: that said bidder is not financially interested in or otherwise affiliated in a business way with any other bidder on the same contract; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidders or person, to put in a sham bid or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the'bid price or affiant or any other bidder, or to fix any overhead, profit or cost eletnent of said bid price, or that of any other bidder, or to secure any advantage against the City of Clearwater, Florida, or any person•or persons interested in the proposed contract; and that all statements contained in said proposal or bid are true; and further, that such bidder has not directly or indirectly submitted this bid, or the contents thereof; or divulged information or data relative thereto to any association or to any member or agent thereof. ffrant— ' Sworn to and subscribed before me this 29day of OCAIDbe-r• , 202S ;„11111? , r?Y..... r Abigail C Wonnell ‘191::.Comm.: HH 538359 =�t Expires: Jun. 13 2026 .......•b Notary Public - State of Florida h,, OF f�,,, 416 Gator,Grading & Paving, LLC 2704 1.05th St E Palmetto,.. FL 34221 SECTION V Page 10 of 16 Updated: 6/3/2024 GATOR GRADING & PAVING, LLC CERTIFICATE OF MANAGER The undersigned hereby certifies that he is duly named Manager of Gator Grading & Paving, LLC, a Florida limited liability company (the "Company"), and further certifies as follows: 1. Section 7.7 of the Second Amended and Restated Operating Agreement of Company dated September 30, 2020 (the "Operating Agreement"), provides as follows: "Section 7,7 Officers" (a) Manager. Subject to the limited direction and control of the Members Under Section 7.3(a) or Section 7,5, the Manager shall supervise and control the management of Company and conduct of its day-to-day operations and affairs, take such actions as may be necessary or appropriate to execute the policies, directives and requirements of the Members and this Agreement, and have•such other authority and duties as are normally incident to the position of the chief executive officer of a corporation, are authorized under the Act and such authority and duties as may be prescribed front time to time by Members. The Manager may be given such title as Members may prescribe. (b) Other Officers. The Manager may appoint from time to time one or more officers of the Company with such titles, powers, duties, compensation and other terms as the Manager may determine to be necessary or appropriate. Any such officers shall serve, subject to the provisions of this Agreement, until their respective successors are duly appointed and qualified. Any officer may be removed by the Manager at any time with or without cause; but such removal shall not itself affect the contractual rights, if any, of the officer remove. The compensation of all officers shall be fixed by the Manager or prescribed by this Agreement." 2. Pursuant to Section 7.7 of the Operating Agreement, by his execution hereof until further notice the Manager does hereby appoint the individual(s) named below as officer(s) of Company, with the title(s) set forth opposite their respective name(s) below, as follows: Name Title William E, Hicks Greg Beier Mark Ventriglia President / COO VP of Business Development & Estimating Vice President of Operations Any officer of the Company is authorized to execute on behalf of the Company all contracts, bids, bid bonds, and lien waivers. Gator•Grading & Paving, LLC 27041.05th St E Palmetto,. FL 34221 Gator Grading & Paving, LLC Certificate of Manager Page 2 3. Pursuant to Section 7.7 of the Operating Agreement, by his execution hereof, until further notice the Manager does hereby authorize the individuals named below to execute contracts and purchase orders on behalf of the Company, pursuant to which the commitment or liability of the Company does not exceed One Hundred Fifty Thousand Dollars ($150,000) as to any individual contract or purchase order as follows: Mark•R Samphilipo Josh. Romine Brian Martineau Orrin Ladd Chief Financial Officer Paving, Operations Manager Project Manager Project Manager 4. Pursuant to Sectionn7.7 of the Operating Agreement, by his execution hereof, until further notice the Manager does hereby authorize the individuals named below to execute contracts and purchase orders on behalf of the Company, pursuant to which the commitment or liability of the Company does not exceed Fifty Thousand Dollars ($50,000) as to any individual contract or purchase order, as follows: Robert Ricciardo Pete Davis Corey Rhinehart Sam Upadhyay Garret Boyan Shop Foreman Sr. Estimator Estimator Asst Project Manager Asst Project Manager This Certificate supersedes and replaces all Certificates. IN WITNESS WHEREOF, the undersigned has executed this certificate on September 24, 2025. Gator Grading & Paving, LLC By:OIL— ('I� William Kevin Hicks CEO/Manager Gator Grading & Paving, LLC 27041.05th St E Palmetto,. FL 34221 SECTION V—Contract Documents PROPOSAL (1) TO THE CITY OF CLEARWATER, FLORIDA, for Roadway Resurfacing 24 -0041 -EN and doing such other work incidental thereto, all in accordance with the contract documents, marked Roadway Resurfacing 24 -0041 -EN Every bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the bidder to whom an award is made and by those officials authorized to do so on behalf of the City of Clearwater, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the City Attorney as to the form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. SECTION V Page 12 of 21 Updated: 7/9/2025 Attached hereto is SECTION V—Contract Documents PROPOSAL (2) GatorGrading & Paving, LLC 2704 1.05th St E Palmetto,, FL. 34221 or ,certified check on Bank, for the sum of ($ ) (being a minimum of 10% of Contractor's total bid amount). The full names and residences of all persons and parties interested in the foregoing bid are as follows: (If corporation, give the names and addresses of the President and Secretary. If a firm or partnership, the. names and addresses of the members or partners. The Bidder shall list not only his name but also the name of any person with whom bidder has any type of agreement. whereby such person's improvements, enrichment, employment or possible benefit, whether sub -contractor, materialnian, agent, supplier, or employer is contingent upon the award of the contract to the bidder). NAMES: ADDRESSES: Signature of Bidder: The person signing shall, in his own handwriting, sign the Principal's donne, liS own nalnc and his title. Where the person signing for a corporation is other than the President or Vice President, he must, by affidavit, show his authority, to bind the corporation. trc) v--1 7.t.t.,f(-7 L By: K` Title: 01(1..1-)C eStr �`kt l � �.(`� Ofl'1 ; :1)/4/1(\ S LL c- CompanL'egaiIame: L'7GL�G1r Doing Business As (if different than above): Business Address of Bidder: 2.-04 106 h grCtf k City and State: bI Gt\ '(1'1Gh1 T� U / •�-DV'lONek Zip Code 1 R2\ L Phone: e X11 -751 $t 00 Email Address: r l�ICe�',.r ' e -) r 1✓ `t. Dated at Fal }"{1(d / I - 4A -c L2Z.. , this 1 day of O(1f f , A.D., 20 2-,C Principal: SECTION V Page 12 of 16 Updated: 6/3/2024 First Name MI Last Name Street City Linda Hicks 4552 Tuscana Drive Sarasota William K Hicks 4552 Tuscana Drive Sarasota Mark R Samphilipo 352165TH CINE Bradenton William E Hicks 8294 Barton Farms Blvd. Sarasota Gregory P Baier 2627 West Prospect Road Tampa Mark A Ventriglia 6703 28th Ave. E. Bradenton State Z� Code FL 34241 FL 34241 FL 34212 FL 32240 FL 33629 FL 34208 Joh Title Administrative Assistant CEO Chief Financial Officer President/C00 Vice President- Business Development VicePresident-Construction Operations Gator•Grading & Paving, LLC 2704 105th St E Palmetto,FL 34221 PROJECT: Acknowledgment is Specifications. SECTION V—Contract Documents CITY OF CLEARWATER ADDENDUM SHEET Gator.Grading & Paving, LLC 2704 1.05th St E Palmetto,.( 34221 f29. t �� .6) 20t0�vt�-� �C{rillh� hereby made of the following addenda received since issuance of Plans and Addendum No, Date: Addendum No. -2-- Date: 1 CJ/ 13 1?02...S- Addendum No. 3 Date: 10 / 23 t 20zL Addendum No. Date: Addendum No. Date: Addendum No, Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: Addendum No. Date: et 12,s (20`es C 0-06 .6rmitt(013 (Name of Bidder) •- (Signa e o (• ,icer) , 0\5 i L L L 1) PvrefilOfr)(\ (Title of Officer) Ot\-c -r 2-`c (Date) SECTION V Page 13 of 16 Updated: 6/3/2024 SECTION V — Contract Documents BIDDER'S PROPOSAL PROJECT: Roadway Resurfacing 24 -0041 -EN CONTRACTOR: ator G %ra.d crn ?av 11 , BIDDER'S GRAND TOTAL: $ 4 (p 9Z7 o 40.4- ) (Numbers) BIDDER'S GRAND TOTAL: Four I i I 116Y1 Sl X kind red FI. y "Jho Usavkd For -hi and For -Kr G I\' -\14 nd ked -\-h (Words) Descri tion STREETS AND SIDEWALKS . 1.0 ROADWAY RESURFACING Unit of Quantity Measure Gator Grading & Paving LLC Unit Cost Total PREPARATION, INSTALLATION AND 1.01 MAINTENANCE OF PROJECT SIGNS 1.02 ADVANCED ARROW WARNING PANEL 1.03 SIGN, VARIABLE MESSAGE, 3 LINES, 1.04 REMOVED MILLING EXISTING ASPHALT PAVEMENT, 2" THICKNESS OR 1.05 LESS,FULL WIDTH MILLING EXISTING ASPHALT PAVEMENT -MORE THAN 2" THICKNESS 1.06 TO 4" THICKNESS, FULL WIDTH SUPERPAVE ASPHALT BASE, TYPE B 1.07 12.5, VARIABLE THICKNES SUPERPAVE ASPHALT CONCRETE, LEVELING COURSE, TYPE SP 9.5 OR SP 12.5, FINE, TRAFFIC LEVEL C, VARIABLE 1.08 THICKNESS SUPERPAVE ASPHALT CONCRETE, TYPE SP 9.5 , FINE, TRAFFIC LEVEL C, VARIABLE THICKNESS, 1.09 ARTERIALS/COLLECTORS 1 LS 40 DAY 40 DAY 0 SY $1,800.00 $1,800.00 $14.00 $560.00 $28.00 $1,120.00 $10.00 $0.00 120000 SY $3.50 $420,000.00 5000 SY 300 TN $5.65 $28,250.00 $250.00 $75,000.00 470 TN $176.00 $82,720.00 2300 TN $176.00 $404,800.00 SECTION V Page 15 of 21 Updated: 7/9/2025 re) SECTION V - Contract Documents SUPERPAVE ASPHALT CONCRETE, TYPE SP 9.5 , FINE, TRAFFIC LEVEL C, 1.1 VARIABLE THICKNESS, LOCAL ROADS. 4700 TN $180.00 $846,000.00 SUPERPAVE ASPHALT CONCRETE, TYPE SP 12.5, FINE, TRAFFIC LEVEL C, VARIABLE THICKNESS, 1.11 ARTERIALS/COLLECTORS 3200 'IN $173.00 $553,600.00 SUPERPAVE ASPHALT CONCRETE, TYPE SP 12.5, FINE, TRAFFIC LEVEL C, 1.12 VARIABLE THICKNESS, LOCAL ROADS 1 TN $180.00 $180.00 OPTIONAL BASE GROUP 01 (see latest 1.13 FDOT Standards) 100 SY $65.00 $6,500.00 OPTIONAL BASE GROUP 04 (see latest 1.14 FDOT Standards) 100 SY $65.00 $6,500.00 OPTIONAL BASE GROUP 09 (see latest 1.15 FDOT Standards) 100 SY $95.00 $9,500.00 ADJUST MANHOLE RING & COVER TO FINISHED GRADE, IN PAVEMENT, RISER 1.16 PROVIDED BY CONTRACTOR 50 EA $300.00 $15,000.00 ADJUST MANHOLE RING & COVER TO FINISHED GRADE, IN PAVEMENT, RISER 1.17 PROVIDED BY CITY 50 EA $120.00 $6,000.00 SHOULDER WITH SOD, INCLUDING TOP 1.18 SOIL 150 SY $35.00 $5,250.00 1.19 STABILIZED AGGREGATE SHOULDER 200 CY $85.00 $17;000.00 CONDUIT, SIGNALS, F & I, 1.2 UNDERGROUND, 2" 100 LF $18.00 $1,800.00 CONDUIT, SIGNALS, F & I, SAWCUT & 1.21 PLACE UNDER EXISTING PAVEMENT, 2" 100 LF $28.00 $2,800.00 CONDUIT, F & I, DIRECTIONAL BORE < 1.22 6" 50 LF $40.00 $2,000.00 PULL & JUNCTION BOXES, F & I, PULL 1.23 BOX 100 EA $250.00 $25,000.00 1.24 LOOP ASSEMBLY, TYPE A, 6' X 20', F&I 16 EA $1,000.00 $16,000.00 1.25 SAW CUT LEAD-INS 50 LF $20.00 $1,000.00 CORE DRILL 2" THROUGH GUTTER FOR 1.26 LOOP WINDOW, F&I, 2" SWEEP 1.27 LEAD-IN CABLE (BELDEN WIRE) 1.28 PAVEMENT MARKING - CROSSWALKS 1.29 PAVEMENT MARKING - STOP BARS PAVEMENT MARKING - SCHOOL 1.3 CROSSING/RR 10 EA $100.00 $1,000.00 PAVEMENT MARKERS, RETRO - 1.31 REFLECTIVE, REMOVE AND REPLACE 50 EA $25.00 $1,250.00 PAVEMENT MARKERS, RETRO - 1.32 REFLECTIVE, NEW 25 EA $12.00 $300.00 5 AS $500.00 $2,500.00 50 LF $10.00 $500.00 7 EA $600.00 $4,200.00 10 EA $180.00 $1,800.00 SECTION V Page 16 of 21 Updated: 7/9/2025 SECTION V - Contract Documents PAINTED PAVEMENT MARKING, STD, 1.33 WHITE, SOLID, 6" 10000 LF $.50 $5,000.00 PAINTED PAVEMENT MARKING, STD, L34 WHITE, SOLID, 8" 1 LF $1.00 $1.00 PAIN IED PAVEMENT MARKING, STD, 1.35 WHITE, SOLID, 12" 1 LF $3.00 $3.00 PAINTED PAVEMENT MARKING, STD, 1.36 .WHITE, SOLID, 18" 1 LF $5.00 $5.00 PAINTED PAVEMENT MARKING, STD, 1.37 WHITE, 10'-30', SKIP, 6" 1 LF $1.25 $1.25 PAINTED PAVEMENT MARKING, STD, WHITE, DOTTED/GUIDELINE/ 2'-4' GAP 1.38 EXTENSION 6" 1 LF $1.25 $1.25 PAINTED PAVEMENT MARKING, STD, WHITE, DOTTED/GUIDELINE/ 6'-10' GAP 1.39 EXTENSION 6" 1 LF $1.25 $1.25 PAINTED PAVEMENT MARKING, STD, 1.4 WHITE, MESSAGE 10 EA $65.00 $650.00 PAIN FED PAVEMENT MARKING, STD, 1.41 WHITE, ARROWS 10 EA $65.00 $650.00 PAINTED PAVEMENT MARKING, STD, 1.42 WHITE, ISLAND NOSE 1 SF $8.00 $8.00 PAINTED PAVEMENT MARKING, STD, 1.43 YELLOW, SOLID, 6" 10000 LF $.50 $5,000.00 PAINTED PAVEMENT MARKING, STD, 1.44 YELLOW, SOLID, 8" 1 LF $1.00 $1.00 PAINTED PAVEMENT MARKING, STD, 1.45 YELLOW, SOLID, 18" 1 LF $5.00 $5.00 PAINTED PAVEMENT MARKING, STD, 1.46 YELLOW, SKIP, 6" 500 LF $1.00 $500.00 PAINTED PAVEMENT MARKING, STD, YELLOW, DOTTED/GUIDELINE/2'-4' GAP 1.47 EXTENSION 6" 1 LF $1.25 $1.25 PAINTED PAVEMENT MARKING, STD, YELLOW, DOTTED/GUIDELINE/ 6'-10' 1.48 GAP EXTENSION 6" 1 LF $1.25 $1.25 PAINTED PAVEMENT MARKING, STD, 1.49 YELLOW, ISLAND NOSE 1 SF $8.00 $8.00 PAINTED PAVEMENT MARKINGS, STD, BLUE, SOLID FOR PARKING LOT - 1.5 ACCESSIBLE MARKINGS, 6" 60 LF $4.00 $240.00 PAINTED PAVEMENT MARKINGS, STD, BLUE "HANDICAPPED SYMBOL", PARKING LOT, (2.7 SF W/ NO 1.51 BACKGROUND) 1 EA $125.00 $125.00 THERMOPLASTIC, PAVEMENT 1.52 MARKINGS, REMOVE 100 SF $12.00 $1,200.00 1.53 FULL DEPTH RECLAMATION (FDR) 25000 SY $17.00 $425,000.00 SECTION V Page 17 of 21 Updated: 7/9/2025 SECTION V -Contract Documents 1.54 EMULSION (FDR) 1.55 PORTLAND CEMENT (FDR) 1.56 COMPACT & GRADING (FDR) HAULING OF MILLING MATERIAL TO 1.57 CITY'S YARD (1650 N ARCTURAS AVE) CONTRACTOR RETAINS PROJECT 1.58 MILLINGS (DEDUCT) EROSION AND SEDIMENT CONTROL / 1.59 INLET PROTECTION SYSTEMS ADDITIONAL PAYMENT FOR CLEANING AND FILLING CRACKS 1/4 INCH OR GREATER WHERE 31%-60% OF A ONE - SQUARE -YARD AREA IS AFFECTED. 1.6 MODERATE ADDITIONAL PAYMENT FOR CLEANING AND FILLING CRACKS 1/4 INCH OR GREA 1'hR WHERE MORE THAN 61% OF A ONE -SQUARE -YARD AREA IS 1.61 AFFECTED. HEAVY EXCAVATION INCLUDES PAYMENT FOR REMOVING THE EXISTING BASE AND SUBGRADE, AND THE CONTRACTOR IS RESPONSIBLE FOR HAULING AND ALL ASSOCIATED DUMPING OR DISPOSAL 1.62 COSTS. Total 75000 GAL 500 TN 25000 SY 100 CY 15000 TN 10 LS 1 SY 1 SY 10 CY $3.70 $277,500.00 $255.00 $127,500.00 $6.60 $165,000.00 $20.00 $2,000.00 ($.01) ($150.00) $400.00 $4,000.00 $100.00 $100.00 $100.00 $100.00 Line Item Descri tion 10% CONTINGENCY FEE FROM SECTION 1.63 1 ROADWAY RESURFACING Total • Line Item Descri s tion 2.01 MODIFIED CURB, R&R 2.02 VALLEY CURB, R&R 2.03 TYPE 1 CURB, R&R 2.04 CONCRETE SWALE CURB 2.05 8" CRUSHED CONCRETE (LBR 100) 2.06 12" STABILIZED SUBGRADE (LBR40) CONCRETE DRIVEWAY RESTORATION 2.07 R&R 2.08 TREE REMOVAL (12"DIA - 24" DIA) Unit of Measure $150.00 $1,500.00 $3,555,882.25 Unit Cost Total 1 LS $355,588.23 $355,588.23 $355,588:23 Quantity Unit of Measure Unit Cost 5000 LF 2500 LF 5000 LF 300 LF 500 SY 1000 SY 1000 SF 5 EA $45.00 $46.00 $45.00 $69.00 $40.00 $25.00 $18.00 $900.00 Total $225,000.00 $115,000.00 $225,000.00 $20,700.00 $20,000.00 $25,000.00 SECTION V Page 18 of 21 Updated: 7/9/2025 $18,000.00 $4,500.00 SECTION V — Contract Documents 2.09 TREE REMOVAL (25"DIA - 36" DIA) TREE REMOVAL (GREATER THAN 36" 2.1 DIA) 2.11 TREE REMOVAL (PALM) 5 EA 5 EA 5 EA $1,400.00 $7,000.00 $2,3 00.00 $1,400.00 Line Item Total Descri tion 10% CONTINGENCY FEE FROM SECTION 2.12 2 STORMWATER Quantity Unit of Measure 1 LS Unit Cost $67,870.00 $11,500.00 $7,000.00 $678,700.00 Total $67,870.00 Total $67,870.00 Grand Total 4,658,040.48 THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM PRICE SHALL GOVERN. THE CONTRACTOR SHALL PROVIDE COPIES OF A CURRENT CONTRACTOR LICENSE/REGISTRATION WITH THE STATE OF FLORIDA AND PINELLAS COUNTY IN THE BID RESPONSE. SECTION V Page 19 of 21 Updated: 7/9/2025 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORMAS REQUIRED MAY ' DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the' Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its. principals are placed on the Scrutinized Companies with Activities in Sudan List, the.Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business.o•erations in Cuba and Syria. STATE OF FLOR. Deli Authorized r r at re e`nPc , 1 �t6V- Printed Na? 0 Iv. Title 4v1 -ax— 61f V'Ivil1n� dt,�!)1\GJ /--LL Name of Entity/Corporation`J COUNTY OFMANkT The foregoing instrument was acknowledged before me by means of N4hysical presence or ❑ online notarization on, this 2941'day of mf -'— 20 25 , by6regor`{ p er (name of person whose signature is being notarized) as the ViCe 1Y -'S Gk4+ (title) of Gd..it' 6 raot ivul I. Tuvi vi , 1-1.-E, (name of corporation/entity), personally known , or produced i (type of identification) as identification, and who did/did not take an oath. ,,•s•ai.PIay, Abigail C. Wonrtell = )• ,c r. Comm.: HH 538359 ,. r '�: c r Lip Expires: Jun. 13, 2028r.otary Pylic bi cu C • 4v d yl Y� l ", ............ Notary Public - State of Florida �{ Printed Name V My Commission Expires: J1,Wt, 13,202'b NOTARY SEAL ABOVE a") SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. "Boycott Israel" or "boycott of Israel" means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli -controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. Authorizedoature',_, + Printed Name Title (a+".1-- (i tit,tt)4 , `; L L Name of Entity/Corporation <� STATE OF I LORI 15Ik COUNTY OF Y(P )/c11-Fi The foregoing instrument was acknowledged before me by means. of IT/physical presence or ❑ online notarization on, this 29 day ofOCA-7:319e-e 2025, by ('ave ,y-{ P. B Uer' ( ame of person whose signature is being notarized) as the v I Ge -9re S i der --k " (title) of '(,(t 6- v &d,t vW 4 1q.vt vu1, LLC. (name of corporation/entity), ersona _known-. , or produced �J J (type of identification) as idenffication, and who did/did not take an oattj,,,,,,,,, :0., YPVB( �� Abigail C. Wonnell %��l Al r °= Comm.: HH 538359 Net ry Pub(i ,. IQ�� 11 t.. � , Expires: Jun. 13, 2028 f ] bI qGl! C • Yv '9' • o�:� Notary Public - State of Florida Printed Name �l My Commission Expires: C1Ltyte 13, 2tyze NOTARY SEAL ABOVE Compliance with Anti -Human Trafficking Laws Pursuant to Section 787.06 (13), Florida Statutes, this form must be completed by an officer or representative of a non-governmental entity when a contract is executed, renewed, or extended between the non-governmental entity and the City of Clearwater. The undersigned, on behalf of the entity listed below ("Entity"), hereby attests under penalty of perjury that: Entity does not use coercion for labor or services as defined in Section 787.06, Florida Statutes. The undersigned is authorized to execute this form on behalf of Entity. Date: D LAA'or I , 20 i5 Signed: Entity: 6GCI'L '6(''t r,tio t`^ Name: Title: -M0ev' C� 7 (e►rr't%�r CITY OF CLEARWATER Posy OFFICE Box 4748, CI.f ut\v. iiia, FLORIDA 33758-4748 MuNIcu'.u. SERVICES BUILDING, ioo Souru MYRTLE AVENUE, CLauimsilari, FLORIDA 33756 'nil.EPnONE (72_7) 562-475o FAx (72.7) 562-4755 Puar.ic \Voans September 25`h, 2025 Gregory P. Balser Gator Grading & Paving, LLC 2704 105th Street East Palmetto, FL 34221 Please accept this official notice that GATOR GRADING & PAVING, LLC has been approved to bid for City of Clearwater construction projects falling into the following parameters: Approved Maximum Bid Limit: SUNLIMITED Prequalification Expiration: SEPTEMBER 24, 2028 Approved Categories: o Asphaltic Concrete Resurfacing o Brick.Strcets o Concrete Flatwork (curbs, walks, courts, etc.) o Construction Management Services o Demolition o Design Build o Excavation/Site Work o Horizontal Drilling o Roadways & Parking Lots o. Specialty Concrete Repair & Coating Any category applied for and not approved indicates the project list submitted did not demonstrate any/enough experience in that calegoty. Project experience in categories that were not approved may be submitted for consideration. This pre -qualification applies to standard types of construction projects. Projects requiring special expertise or unusually difficult construction categories may require separate pre -qualifications following bid advertisement. City policy dictates that financial statement documents are not copied or retained, so this item was deleted following the pre -qualification approval. The Engineering Construction Manager reserves the right to adjust categories and the maximum project bid value during the three-year approval period based on direct work experience and updates submitted. We appreciate your interest and look forward to receiving your bids on City of Clearwater projects. For our current bid list visit: https:l/www.ntyclearwater.com/business/bid-information. Kind Regards, tath a 7d002ryza4i4 Contract Procurement Specialist City of Clearwater's Engineering Department (727) 444 — 8212 marina .tsonuranis(a?mvclearwater.com Gator ;(?raving g,paving, plmt;tto;G�: 34221 RON DESANTIS GOVERNOR FDOT Florida Department of Transportation 605 Suwannee Street Tallahassee, FL 32399-0450 GATOR GRADING & PAVING LLC 2704 105TH STREET EAST PALMETTO, FLORIDA 34221 January 24,2025 RE: CERTIFICATE OF QUALIFICATION JARED W. PERDUE, P.E. SECRETARY The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED liORK CLASSES: DRAINAGE, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, HOT PLANT -MIXED BITUM. COURSES, MINOR BRIDGES, SIDEWALK, Barrier Wall, Curb & Gutter, Driveways, Milling, Retaining Walls, Rip Rap, Underground Utilities (Water & Sewer). Unless notified otherwise, this Certificate of Qualification will expire 3/30/2026. In accordance with • Section 337.19(1), Florida Statutes, an application .for qualification must be filed within (4) months of the ending date of the applicant' s audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via' the following link: HTTPS://fdetwpl.dot.state.fl.us/ContractorPreQualification Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. The company may apply for a Revised Certificate of Qualification at any time prior to the expiration date df this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing the most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that the company has performed such work. All prequalified contractors are required by Section 19-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website sheen above. JTII Sincerely, r 7-9, as James E. Taylor II, Prequalification Supervisor Contracts Administration Office Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov Gator.Gradinp 3, Paving, LLC 2704 IBM St E Pairneltcj,.FL 34221 Melanie S. Grim, Secretary 1,4CERI5E;iigii:401ii-'C4G 8011.02 EXPIRATION;DA1 EAUGUST31•, 2026 Alwa.s verify:Ijcensgs orjline at My.FI.or1 Ial Icense.com .. ISSQ)rD: 06/04/2024 'D up.t alter:thls dpcurter lri ar)yform. .This is your.Iicense.•It is unlawfuth l f9r:anyone oer.than the licensee.to use this document. GatonGrading & Paving, LLC 2704 1.06111 St E Palmetto,. FL 34221 STATE OF FLORIDA DEPARTMENT -OF BUSINESS AND PROFESSIONALREGULATION CONSTRUCTION.JN�D.t7S 'RY,WENSING BOARD Vis:, ! �) /( THE UNDERGROUND UTIL)TY€Sc CA`(ATfON_CO H, ,..r N S CERTIFIED UNDERTHE PROVISIONS_'OF C_T1_AP•T.•<ER�ttITE: FL`ORIDArSTATUTES J fir "= a = T�� I`FBF;`',- : – ;1��l :`�= I CKS;1k,;VILL__I/ :.-(7- 1.---.1Otl'.1_ RD l\j�titi "(;1 _ �ORI�GRAD NGr&.P,AVIN.•�,� a 7 • _ ' '—" ��Z4513CHl;N�Plt�'D�121VE� SAI ASOTAn'`''` j'FL 3423) , LICEF SE-OU•Mi3ERciCU*25850 I EXPIRATION DATE: AUGUST 31, 2026 - Always verify licenses online at•MyFloridaLicense.com ISSUED: 05/28/2024 Do not alter this document in any form. This is your license.•It-is unlawful for anyone other than the licensee to use this document. Gator‘Grading 8: Paving, LLC 2704 TOM St E Palmetto, FL 34221 • STATE •OE F#..RIDA` • DEPARTMENT•OF BUSI,NESS`AND'PRO.FESSJONAL REGUI;ATION Melanie S. Griffin. Secretary. :E}CP.IRATION:PATE: '/AU 3 .ST 31; 2026 4IWays yerify.licenses•online at Niy.F.loridaI cenSe.com .ISSUED: 06/0472024 Do.npt alter this ciocyrgent iri•anyform: This is.your.iicense.:lt isuniawful for•apyprie:other:thanthe Ijcensee to use this document. GatorGrading & Paving, LLC 27041.05th St E Palmetto,•FL 34221 7/7/25, 11:50AM Prequelined Vendor Search F'DDT Contraotor Pre -Qualification (CPQ) Prequalified Contractors Listing Return to Inquiry Menu Contractor with Name ASPHALT PAVING SYSTEMS, INC. 1-1 of 1 contractors Printer Friendly Versio VENDOR NAME HOME OFFICE ADDRESS ASPHALT PAVING SYSTEMS, INC. F223787755010 EXPIRES: 6/30/2026 71712025 11:49:21 AM EST BIDDING. OFFICE ADDRESS PO BOX 530 HAMMONTON, NJ 08037-0530 (609)561-4181 8940 GALL BVD ZEPHYRHILLS, FL 33540 (813)788-0010 WORK CLASSES DRAINAGE GRADING " Joint and Crack Sealing FLEXIBLE PAVING HOT PLANT -MIXED BITUM. COURSES FDDT Vmy3t inronmrioesy!tems FLORIDA DEPARTMENT OF TRANSPORTATION Report Technical Problems to the Service Desk @ 1-868-955-4357 or email: Service Desk Send Prequalllcatlon Questions or Comments to Contracts Administration Most Internet Privacy Policy, Disclaimers & Credits htips:f/fdotwptdot.state.iLus/contractorprequallncalton/public•JPrequallnedVendorSearch.aspx GatorGrading 3, Paving, LLC 2704 1.05th St E Palmetto,, FL 34221 1/1 Full Depth Reclamation References Asphalt Paving Systems, Inc. Project Name Owner Contact Address Telephone Number Email: Project Description Date & Amount Project Name Owner Contact Address Telephone Number Email: Project Description Date & Amount Project Name Owner Address Telephone Number Contact Email: Project Description Date & Amount Project Name Owner Contact Address Telephone Number Email: Project Description Date & Amount Roadway Surfacing, Reconstruction & Preservation Bid No. 20-062 St Lucie County Christopher Lestrange 2300 Virginia Avenue Ft. Pierce, FL 34982 772-462-2511 I estra n ge c@stl u cl eco: o rg FDR (Cement & Emulsion), Milling & Paving 2024 - $7,534,101 Blount Rd Reclamation City of Pompano Beach Arthur Lindsey 1190 NE 3rd Ave Pompano Beach, FL 33060 954-786-4146 arthur.lindsey@copbfl:com FDR (Cement & Emulsion) May 2022 -$523,786• Countywide Pavement Management & Rehabilitalon Services St Johns County 2750 Industry Center Rd St Augustine, FIC 32084 904-209-0184 Tommy Mashburn tmashburn@sjcfl.us FDR (Cement & Emulsion), & Asphalt December 2023 -Current $1,900,000.00 Babcock Street Rehabilitaion Brevard County Ryan Mertz 2825 Judge Fran Jamieson Way Melbourne, FL 32940 321-617-7202 rVan.mertz@ brevardfl.gov FDR (Cement & Emulsion) Spetember 2021- $1,564,910 Gator Grading & Paving, LLC 2704 105th St E Palmetto, FL 34221 Project Name Owner Contact Address Telephone Number Project Description Date Project Name Owner Contact Address Telephone Number Email: Project Description Date Project Name Owner Contact Address Telephone: Number Project Description Date & Amount Email: Project Name Owner Contact Address Telephone Number Email: Project Description Date & Amount Project Name Owner Contact Full Depth Reclamation Project City of Dunedin 737 Louden Avenue, 2nd Floor Dunedin, FL 34697 727-298-3208 FDR (Cement & Emulsion) Sep. 2019 Pavement Alternative Methods (term contract) Polk County Katie Delgado 300 Sheffield Road Winter Haven, FL 33880 863-393-4114 KatiaDelgado@polk-county.net FDR (Cement & Emulsion) 5/30/17 - 12/31/2018 Piggyback of Polk Co. Pavement Alternative Methods (term contract City of St Cloud Dianna Rawleigh 1300 9th Street St Cloud FL 407-957-7103 FDR (Cement & Emulsion) Nolte Rd 4/1/2018 $ 1,450,255.00 dianna.rawieigh@stcloud.org Piggyback -Pavement Alternative Methods (term contract) Brevard County Bruce Black 2825 Judge Fran Jamieson Way Melbourne, FL 32940 321-690-6815 bruce.black@brevardfl.gov FDR(Cement & Emulsion) 2019-2020 $2,000,000 Annual Asphalt Pavement Rehabilitation (Term Contract) Pasco County Efrain Figueroa Gator&Grading & Paving, LLC 2704105th St E Palmetto, FL 34221 Address Telephone Number Email: Project Description Date & Amount 8919 Government Drive New Port Richey, FL 34654 727-834-3601 efigueroa@pascocountyfl.net FDR (Cement & Emulsion) 9/30/17 -12/31/2018 $5,000,000 Gatar'Grading & Paving, LLC 27041.05th St I Palmetto, FL 34221 Notice of Relocation — Procurement Division Effective October 6, 2025, the City of Clearwater's Procurement Division will be relocating to the following address: Municipal Services Building City of Clearwater — Procurement (3rd FIoor) 100 S. Myrtle Avenue Clearwater, FL 33756 For all other correspondence, please continue to use the following mailing address and contact number: City of Clearwater — Procurement P.O. Box 4748 Clearwater, FL 3375.8-4748 Phone: 727-562-4630 Thank you for your attention to this update. Procurement — Gator Ci ding & Paviny, LLC 270:105th cit E Palmetto, FL 34721 Form Wag (Rev. March 2024) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Go to www.irs.gov/FormW9 for Instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form. below. 1 Name of entitylndividual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded entity's name on line 2.) Gator Grading and Paving, LLC Print or type. See Specific instructions on page 3. 2 Business name/disregarded entity name, if different from above. 3a Check the appropriate box for federal tax classification of the entitylndividual whose name is entered on line 1. Check only one of the following seven boxes. I Individual/sole proprietor a C corporation U S corporation II Partnership • Trust/estate El LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . . P 4 Exemptions (codes apply only to: certain entities, not individuals; see Instructions on page 3): Exempt payee code (if any) N/A Note; Check the "LLC" box above and, In the entry space, enter the appropriate code (C, S, or P) for the tax classification of the LLC, unless it Is a disregarded entity. A disregarded entity should Instead check the appropriate box for the tax classification of its owner. • Other (see instructions) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting coda (if any) N/A 3b If on line 3a you checked "Partnership" or `Trust/estate," or checked "LLC" and entered "P" as Its tax classification, and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check this box it you have any foreign partners, owners, or beneficiaries. See instructions . (Applies to accounts maintained outside tile Unite ,) outside 6 Address (number, street, and ept..or suite no.)'. See Instructions. 2704 105th Street E Requester's name and address (optional) 6 City, state, and ZIP code Palmetto, FL 34221 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TiN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other Social secu ity number — — entities, tt is your employer identification number (EIN). if you do not have a number, TIN, later. Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. or Employer identification number 2 0 8 6 7 0 3 1 5 'Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer Identification number (or I am waiting for a number to be issued to me); and 2. f am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S, person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, anc a o)r .of Kbt, contributions to an Individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are n9tiverecSOSigg.1 e•certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of ��Here U.S. person Date 6j . ao as General instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9, What's New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the "LLC" box and enter its appropriate tax classification. New line 3b has been added to this form. A flow-through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow-through entity in which it has an ownership interest. This change is intended to provide a flow-through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024) ACORO® CERTIFICATE OF LIABILITY INSURANCE `-------- DATE (MM/DD/YYYY) 12/1/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Alliant Insurance Services, Inc. 555 N Point Center East 4th Fl Alpharetta GA 30022 License#: 0C36861 CONTACT NAME: Aimee Burleson PHONE FAX (Arc. No, Ext): 352-422-6501 (A/C, No): ADoaess: aimee.burleson@alliant.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Allied World Surplus Lines Ins, 24319 INSURED GATOGRA-02 2704Gator 105thGrahing & Street East LLC East Palmetto FL 34221 INSURER B : Allied World Insurance Company 22730 INSURER c: Allied World Assurance Company 19489 INSURER D : Falls Lake Fire & Casualty Corn 15884 INSURER E : AmFed Casualty Insurance Compa 11963 INSURER F: OCCUR COVERAGES CERTIFICATE NUMBER: 484868987 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER /YPOLICY EFF (MMIDDYYY) POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y 6004-2032 3/10/2025 ' 3/10/2026 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $100,000 MED EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES X PROT- JEC PER: LOC GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OPAGG $2,000,000 $ B AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X _ SCHEDULED AUTOS NON -OWNED AUTOS ONLY 6000-1822 3/10/2025 3/10/2026 COEaMacciBINdent)ED SINGLE LIMIT ( $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $10,000 PIP $10,000 CC X X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 0314-6090 PSX-FF-2300238-00 3/10/2025 3/10/2025 3/10/2026 3/10/2026 EACH OCCURRENCE $10,000,000 AGGREGATE $10,000,000 DED X RETENT ON $ 1n,rinn $ E WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N NIA WC125-6007332 3/10/2025 3/10/2026 X STATUTE ETH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Pro'ect: Roadway Resurfacing 24 -0041 -EN Certificate Holder is included as Additional Insured in regards to General Liability as required by written contract. CERTIFICATE HOLDER CANCELLATION City of Clearwater, Public Works 100 South Myrtle Ave Clearwater FL 33756 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 6004-2032 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Any owner, lessee, or contractor whom you have agreed to include as an additional insured under a fully executed written contract or written agreement, provided that such was executed prior to an "occurrence", loss, injury or damage. All Locations of the Named Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICY NUMBER: 6004-2032 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any owner, lessee, or contractor whom you have agreed to include as an additional insured under a fully executed written contract or written agreement, provided that such was executed prior to an "occurrence", loss, injury or damage. All Locations of the Named Insured All operations of the named insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section ll — Who Is An Insured' is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 6004-2032 COMMERCIAL GENERAL LIABILITY CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization against whom you have agreed to waive your right of recovery in a fully executed written contract or written agreement, provided such contract or agreement was executed prior to the date of the "occurrence", loss, injury or damage. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 POLICY NUMBER: 6000-1822 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Gator Grading & Paving, LLC Endorsement Effective Date: 03/10/2025 SCHEDULE Name Of Person(s) Or Organization(s): as required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. , of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 COMMERCIAL AUTO CA 04 43 12 23 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) - AUTOMATIC WHEN REQUIRED BY WRITTEN CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to any person(s) or organization(s) for whom you are required to waive subrogation with respect to the coverage provided under this Coverage Form, but only to the extent that subrogation is waived: A. Under a written contract or agreement with such person(s) or organization(s); and B. Prior to the "accident" or the "loss". CA 04 43 12 23 © Insurance Services Office, Inc., 2022 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Blanket Waiver of Subrogation as required by written contract. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 03/10/2025 Policy No. WC125-6007332 Endorsement No. 000 Insured Gator Grading & Paving LLC Premium $128,624 Countersigned by Insurance Company AmFed Casualty Insurance Company WC 00 03 13 (Ed. 4-84) © 1983 National Council on Compensation Insurance.