Loading...
STORMWATER REPAIR - 24-0019-ENBRIGHT AND BEAUTIFUL. BAY TO BEACH INVITATION TO BID 24 -0019 -EN REISSUE STORMWATER REPAIR 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/myciearwater/projects/.171248. 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 provide copies of the current Contractor License/Registration with the State of Florida and Pinellas County in the 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 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 Tess 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. Itis 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 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 less 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: httos://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: Stormwater Repair Project Number: 24 -0019 -EN REISSUE Scope of Work: The intent of this bid is to obtain competitive prices in order to establish an annual contract for as needed services for Stormwater infrastructure improvements and repairs. The successful contractor will be required to enter into a contract with the City of Clearwater and provide all labor, equipment, and v. 7.2024 8 materials for Stormwater infrastructure improvements and repairs. The various items shall be performed in accordance with City of Clearwater specifications and in conformity with the existing line, grade and dimensions. All quantities are estimates only and the City is not obligated to purchase any minimum or maximum amount during the life of the Contract. All or part of the work is to be Unit Price per Work, as referenced in Section III, Article 11.3 of the Contract Documents. The work will be assigned at various locations with the limits of the City of Clearwater jurisdiction. 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-Information/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/Doing-Business-with-the-City/Engineering- Construction-Bid-Information/Contract-Specifications SUPPLEMENTAL TECHNICAL SPECIFICATIONS - Section IVA 4.1 SUPPLEMENTAL TECHNICAL SPECIFICATIONS EMERGENCY OPERATIONS 1000-1. GENERAL REQUIREMENTS The contractor shall furnish all labor, materials, equipment, tools, transportation, supervision, and incidentals necessary to perform emergency work in response to a natural or man-made disaster. Work under this section is not considered part of standard construction activities and shall only be activated at the direction of the City 1000-2. SCOPE OF WORK Upon notification by the City, the Contractor shall perform emergency response services, which may include, but are not limited to: Debris Removal • Remove and lawfully dispose of vegetative, construction, and demolition debris. • Segregate debris by type (if instructed by the City). • Load, haul, and dispose of debris in designated sites approved by the local jurisdiction. Emergency Protective Measures • Install temporary barriers (e.g., sandbags, silt fences, temporary berms) to prevent further damage. • Install temporary traffic control devices • Tarp or secure structures to prevent water intrusion. • Pump out standing water from critical infrastructure areas. Restoration of Critical Infrastructure v. 7.2024 9 • Perform temporary repairs to stormwater infrastructure. Site Stabilization • Stabilize slopes and embankments using temporary erosion control measures. • Restore access roads and drainage paths to pre -event functionality. Demolition of Unsafe Structures • Demolish and remove structures deemed unsafe by local building officials. • Coordinate with utility companies to disconnect services prior to demolition. Any work performed beyond the scope of this section must be pre -approved by the City in writing. 1000-3. RESPONSE TIME AND AVAILABILITY The Contractor shall maintain a 24-hour emergency contact and shall be capable of mobilizing equipment and initiating response operations within twelve (12) hours of official notice by the City. The Contractor shall provide acknowledge in writing of the City's notice within 1 hour to confirm receipt and coordination of response. The Contractor may also be required to attend pre -season coordination meetings to confirm the availability and readiness of personnel and resources. The Contractor shall have a designated safety officer shall be on site during all work activities. 1000-4. REGULATORY COMPLIANCE All work performed under this section shall comply with the latest applicable guidelines and requirements of the Federal Emergency Management Agency (FEMA), the Florida Department of Environmental Protection (DEP), the Occupational Safety and Health Administration (OSHA) and City of Clearwater. 1000-5. DOCUMENTATION AND RECORDKEEPING Contractor shall maintain complete and accurate records for all activities under this section. Documentation shall be submitted at a frequency determined by the City. Incomplete documentation and delayed delivery may result in non-payment for associated work.Documentation shall include: • Daily activity logs • Labor (names, hours, tasks) • Equipment (type, hours used, location) • Materials used • Photographic evidence of work performed • Ticketed receipts with GPS -tagged dump logs and photographic verification. • Personnel and equipment usage records Such documentation shall meet the standards necessary for potential FEMA Public Assistance reimbursement and shall be provided to the City. 1000-6. PAYMENT AND REIMBURSEMENT Payment will be made based on verified time and material costs. Contractor shall use FEMA -compliant rates (i.e., Equipment Rate Schedule, labor categories) and document force account labor and equipment separately. 1000-7. ATTACHMENTS v. 7.2024 10 The attachments provided are for reference only, and could be replaced/updated at any time by the City. • FEMA Equipment Rate Schedule • Sample Daily Log Template • Map of Approved Debris Disposal Sites PRICING SHEET STORMWATER REPAIRS Line Item Description Quantity Unit of Unit Cost Total v. 7.2024 11 Measure and Site Prepartion 1.0 Mobilization 1.1 Mobilization (Baseline rate $5000 enter $5,000 for unit cost) 1 EA 1.2 Maintenance of Traffic 1.2a MOT -Arterial 10 EA 1.2b MOT -Local 10 EA 1.3 Erosion and Sediment Control 1.3a Silt Fence 10 LF 1.3b Inlet Protection 10 EA 1.4 Work Zone Sign 1 EA 1.5 Camera -Video of Pipes/Structures 1 Per Day 2.0 Earthwork 2.1 Unsuitable Material Removal and Replace 10 CY 2.2 Swale Grading 10 LF 2.3 Swale -Seed Type XX Blend 10 SY 2.4 Swale -Erosion Control(Excelsior or Approved Equale)FDOT ## 10 SY v. 7.2024 11 Line Item 2.5 Description Plugging & Abandon In -Place and Grout Pipe Quantity 10 Unit of Measure CY Unit Cost Total 2.6 Remove and Dispose In -Place Pipe 10 LF 2.7 Erosion Protection -Rip Rap 10 TN 2.8 Gabion Baskets 10 CY 2.9 Import Fill 10 CY 2.10 Export Material to Non -City Facility 10 CY 2.11 Channel Excavation 2.11.a Channel Excavation - Minor 10 CY 2.11.b Channel Excavation -Major 10 CY 2.12 Seawall Grout 10 CF 2.13 Flowabie FIII 10 CY 2.14 Remove and Dispose In -Place Pipe Depth >6'_< 10' 10 LF 3.0 Drainage Pipe Depth <_ 6' Pipe Depth <_ 6' 3.1 15" Reinforced Concrete Pipe (RCP) 10 LF 3.2 18" Reinforced Concrete Pipe (RCP) 10 LF 3.3 24" Reinforced Concrete Pipe (RCP) 10 LF 3.4 30" Reinforced Concrete Pipe (RCP) 10 LF 3.5 36" Reinforced Concrete Pipe (RCP) 10 LF v. 7.2024 12 Line Item 3.6 Description 42" Reinforced Concrete Pipe (RCP) Quantity 10 Unit of Measure LF Unit Cost Total 3.7 48" Reinforced Concret Pipe (RCP) 10 LF 3.8 12" HDPE Pipe Smooth Interior 10 LF 3.9 15" HDPE Pipe Smooth Interior 10 LF 3.10 18" HDPE Pipe Smooth Interior 10 LF 3.11 24" HDPE Pipe Smooth Interior 10 LF 3.12 30" HDPE Pipe Smooth Interior 10 LF 3.13 36" HDPE Pipe Smooth Interior 10 LF 3.14 42" HDPE Pipe Smooth Interior 10 LF 3.15 48" HDPE Pipe Smooth Interior 10 LF 3.16 City Standard Curb Inlet (S.D. A-9) 10 EA 3.17 FDOT Type J -7T M.H. (5x5) 10 EA 3.18 FDOT Type J -7T M.H. (6x6) 10 EA 3.19 FDOT Type J -7T M.H. (6x7) 10 EA 3.20 FDOT Type "F" D.B.I 10 EA 3.21 FDOT Type "C" D.B.I 10 EA 3.22 Dewatering 10 LF PIPE DEPTH > 6' _< 10' 3.23 15" Reinforced Concrete Pipe (RCP) 10 LF 3.24 18" Reinforced Concrete Pipe (RCP) 10 LF v. 7.2024 13 Line Item 3.25 Description 24" Reinforced Concrete Pipe (RCP) Quantity 10 Unit of Measure Unit Cost Total LF 3.26 30" Reinforced Concrete Pipe (RCP) 10 LF 3.27 36" Reinforced Concrete Pipe (RCP) 10 LF 3.28 42" Reinforced Concrete Pipe (RCP) 10 LF 3.29 48" Reinforced Concret Pipe (RCP) 10 LF 3.30 12" HDPE Pipe Smooth Interior 10 LF 3.31 15" HDPE Pipe Smooth Interior 10 LF 3.32 18" HDPE Pipe Smooth Interior 10 LF 3.33 24" HDPE Pipe Smooth Interior 10 LF 3.34 30" HDPE Pipe Smooth Interior 10 LF 3.35 36" HDPE Pipe Smooth Interior 10 LF 3.36 42" HDPE Pipe Smooth Interior 10 LF 3.37 48" HDPE Pipe Smooth Interior 10 LF 3.38 City Standard Curb Inlet (S.D. A-9) 10 EA 3.39 FDOT Type J-7 M.H. (5x5) 10 EA 3.40 FDOT Type J-7 M.H. (6x6) 10 EA 3.41 FDOT Type J-7 M.H. (6x7) 10 EA 3.42 FDOT Type "F" D.B.I 10 EA 3.43 FDOT Type "C" D.B.I 10 EA 3.44 Underdrain Removal and Replacement (6" and 8") 10 LF v. 7.2024 14 Line Item Description Quantity Unit of Unit Cost Total Measure 3.45 Dewatering 10 LF 4.0 Paving & Marking and Milling/Paving Paving and Marking 4.1 8" Roadway Base (LBR 100) 10 SY 4.2 12" Stablized Subgrade (LBR 40) 10 SY 4.3 Straight Curb 10 LF 4.4 Header Curb 10 LF 4.5 City Modified Curb 10 LF 4.6 City Type I Curb 10 LF 4.7 Valley Gutter Curb 10 LF 4.8 R&R 6" Concrete Sidewalk 10 SF 4.9 R&R Concrete Driveway Restoration 10 SF 4.10 Pedestrain Ramps w/ Detectable Warning 10 EA 4.11 Remove and Replace Curbs 10 LF Milling/Paving 4.12 Milling (up to 2") (includes disposal at non -city facility) 10 SY 4.13 Milling (2"-4") (includes disposal at non -city facility) 10 SY 4.14 Superpave Asphalt Concrete, Type SP 12.5 10 TN 4.15 Superpave Asphalt Concrete, Type SP 9.5 10 TN 5.0 Landscaping and Restoration (includes disposal at non -city facility) v. 7.2024 15 Line Item 5.1 Description Tree Removal (0"-12" Diameter) Quantity 10 Unit of Measure EA Unit Cost Total 5.2 Tree Removal (13"-24" Diameter) 10 EA 5.3 Tree Removal (25"-48" Diameter) 10 EA 5.4 Tree Removal (Greater than 48" Diameter 10 EA 5.5 Tree Barricade 10 LF 5.6 Root Pruning 10 LF 5.7 Tree Planting and Watering (furnish tree/bag and install/fill bag 1x) (2"-4" caliper-Native Species) 10 EA 5.8 Tree Planting and Watering (furnish tree/bag and install/fill bag 1x) (5"-6" caliper-Native Species) 10 EA 5.9 Sod Restoration (In Kind) 5.9.1 Bahia 10 SF 5.9.2 St. Augustine 10 SF 6.0 Emergency Debris Removal 6.1 Mobilization (Baseline rate $5000 enter $5,000 for unit cost) 1 EA 6.2 Pickup with hand tools 10 HR 6.3 10 wheel dump truck with driver 10 HR 6.4 Loader (938 or Similar) 10 HR 6.5 Skid Steer (Operator not included) 10 HR 6.6 D-3 Bulldozer (Operator not included) 10 HR 6.7 Operator - All Equipment 10 HR v. 7.2024 16 Line Item 6.8 Description Back Hoe (Operator not included) Quantity 10 Unit of Measure HR Unit Cost Total 6.9 Supervisor 10 HR 6.10 Laborer 10 HR 6.11 Debris Disposal 10 CY 6.12 Alternative Debris Disposal 10 TN 6.13 Grapple Truck -Self Loading (includes Driver) 10 CY TOTAL TOTALS Line Item 1 Description 10% Contingency fee from total for Sections 1-5 above 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 v. 7.2024 17 When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required 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. 1. 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. v. 7.2024 18 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* 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. ❑ Please confirm *Response required 4 Scrutinized Company Certification* Please download the below documents, complete, 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. v. 7.2024 19 • Section V - Contract Docume... *Response required 7 W-9* Upload your current W-9 form. (available at http://www.irs.gov/pub/irs-pdf/fw9.pdf) *Response required v. 7.2024 20 SECTION V CONTRACT DOCUMENTS Table of Contents PUBLIC CONSTRUCTION BOND 1 CONTRACT 5 CONSENT OF SURETY TO FINAL PAYMENT 9 PROPOSAL/BID BOND 10 AFFIDAVIT 11 NON -COLLUSION AFFIDAVIT 12 PROPOSAL 13 CITY OF CLEARWATER ADDENDUM SHEET 15 BIDDER'S PROPOSAL 16 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM 22 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM 23 SECTION V Page i Updated: 6/3/2024 SECTION V — Contract Documents Bond No.: 41 K238230 PUBLIC CONSTRUCTION BOND (I) 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 Keystone Excavators [name] 371 Scarlet Blvd Oldsmar, FL 34677 SURETY OWNER The Ohio Casualty Insurance Company City of Clearwater [name] Public Works - 175 Berkeley Street Engineering Boston. MA 02116 [principal business address] {principal busiizess a_ ddress] 813-854-2342 617-357-9500 hone number hone number PROJECT NAME: 2025 Stormwater Repair PROJECT NO.: 24 -0019 -EN 100 South Myrtle Avenue Clearwater, FL 33756 (727) 562-4750 PROJECT DESCRIPTION: The intent of this bid to obtain competitive prices in order to establish an annual contract for as needed services for Stormwater infrastructure improvements and repairs. The successful contractor will be required to enter into a contract with the City of Clearwater and provide all labor, equipment, and materials for Stormwater infrastructure improvements and repairs. The various items shall be performed in accordance with City of Clearwater specifications and in conformity with the existing line, grade, and dimensions. All quantities are estimates only and the City is not obligated to purchase any minimum or maximum amount during the life of the Contract. All or part of the work is to be Unit Price Work, as referenced in Section III, Article 11.3 of the Contract Documents. The work will be assigned at various locations within the limits of the City of Clearwater jurisdiction. The contract duration will be for ONE (1) year from the notice to proceed date. City reserves the right to extend the contract on a yearly basis, and up to FOUR (4) one-year renewal terms and will be awarded on Unit Price basis, as referenced in Section IV, 101 of the Contract Documents. Services will be provided on an as needed basis. It is in the best interest of the City, the City may award services to multiple contractors, providing a variety of options, to maximize service availability with the intent to distribute purchases that best meets the needs of the city. SECTION V Page 1 of 23 Updated: 6/3/2024 SECTION V — Contract Documents The Contractor shall provide copies of a current Contractor License/Registration with the State of Florida and Pinellas County in the bid response. The Contractor shall provide 2 portable project signs as described in Section IIT, 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 at no additional cost to the Owner due to the Contractor's schedule of work. SECTION V Page 2 of 23 Updated: 6/3/2024 SECTION V— Contract Documents BY THIS BOND, We, Keystone Excavators, Inc. , as Contractor, and The Ohio Casualty Insurance Company , a corporation, as Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $ 1,522,824.00, 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 I �`'� S , between Contractor and Owner for construction of 2025 Stormwater Repairs 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 Bond No.: 41K238230 SECTION V Page 3 of 23 Updated: 6/3/2024 SECTION V— ContractDocuments 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 does 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 required). (If Corporation, Secretary only will attest and affix seal). WITNESS: Corporate Secr� tpwry or Witness Print Name: c..vt % dS-1L. Traki-44 (affix corporate seal) SECTION V Keystone Excavators WITNESS: Print Name: The Ohio Casualty Insurance Company (Corporate Surety) By: ATTO Print Name: Y -IN -FACT . fit, a ©' . Kevin R. Wojtowiczc ttton )in- 9ct'�,+, (affix corporate seal) (Power of Attorney must be attache• d}, f F • U 11-1 Page 4 of 23 Updated: 6/3/2024 Liberty Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8212251-964008 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Brett Rosenhaus; Kevin R. Wojtowicz; Laura D. Mosholder; Robert H. Bond; Tracey Boone -Brown all of the city of Saint Petersburg state of FL each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 8th day of August , 2024 • State of PENNSYLVANIA County of MONTGOMERY ss On this 8th day of August , 2024 before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. By: Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company 14,# Nathan J. Zangerle, Assistant Secretary Commonwealth of Pennsylvania - Notary Seal Teresa Pastella, Notary Public Montgomery County My commission expires March 28, 2025 Commission number 1126044 Member, Pennsylvania Association of Notaries By: ipAir„) /ail& erase Pastella, Notary Public eresa Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact„ as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. 00 •C 0 0 Q• •C 7 cE o >., fa -t o w a0) 0 --_ a) O'c6 EE O Q O 0 O O N N w 0 CO 00 C CD Ca t6 O U C oco ar w LLQ Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the,Coypany with the same force and effect as though manually affixed. 'i 3 t e i I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West AmerIcaIjs. ace C9111 hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies •ililhfull. orntindreffeci'ebld o has not been revoked. ; �.' „jt., IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of LMS -12873 LMIC OCIC WAIC Multi Co 02/24 By: 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 Keystone Excavators, Inc., of the City of Oldsmar County of Pinellas and State of Florida, hereinafter designated as the "Contractor". lOr, if opt -of state:] 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 , 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 "Coiitractor"l 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: 2025 Stormwater Repair PROJECT NO.: 24 -0019 -EN in the amount of $ 1,522,824.00 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 5 of 23 Updated: 6/3/2024 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 CONTRACTOR'S 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 ME CONTRACTOR OR THE CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE 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 51,000.00 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 6 of 23 Updated: 6/3/2024 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 CHAPTER 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. 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 electronically must be provided to the public agency, upon 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 7 of 23 Updated: 6/3/2024 SECTION V — Contract Documents CONTRACT (4) 2. At least 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. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. j) 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 PINELLAS CCOUNTY, FLORIDA By: Jeeinif" "IV/wrier City Manager Countersigned: By: Contr for must indicate whether: Corporation, Partnership, Attest: (SEAL Rosemarie Call City Clerk Ap �■v d as to form: Jerro i/ Simpson Senir Assistant City Attorney Company, or Individual k L r E g(-4-414-7-4714 xJ►c-4A %cam s!! R /!f :•^ (Contractor) By: r?- Print Name: Title: &i The person signing shall, in his own handwriting, sign the Principal's name, his own name, and h where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation — provide Affidavit. 1tt z ()Flo79g /^f; SECTION V Page 8 of 23 Updated: 6/3/2024 SECTION V — Contract Documents CONSENT OF SURETY TO FINAL PAYMENT TO OWNER: City of Clearwater PROJECT NAME: 2025 Stormwater Repair Public Works- PROJECT NO.: 24 -0019 -EN Engineering 100 S. Myrtle Ave. CONTRACT DATE: 17 ; Clearwater, FL 33756 BONDN__O_.: f 1, recorded in O.R. Book f _ 1, Page ( 1, of the Public Records of Pinellas County, Florida. CONTRACTOR: . - 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 of Surety] [address] [address] SURETY, on bond of [insert Warne of Contractor] [address] addressj ,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 Public Works -Engineering 100 S. Myrtle Ave. Clearwater, FL 33756 as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this day of Attest: (Seal): , OWNER, (Surety) (Signature of authorized representative) (Printed name and title) SECTION V Page 9 of 23 Updated: 6/3/2024 SECTION V —Contract Documents .. PROP:OS/EID-:BOND (Not to b.e filled out - if a certified check is submitted) KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned, _Keystone. Excavators, Inc. . ._ as Contractor, and The -Ohio Casualty Insurance Company as Surety, whose address is -175 Beflidley'Street;,Boston;-MA 02116 ,r are held and firmly bound unto the City Of- Clearwater, Florida, "in the sum of Ten Percent of Amount Bid Dollars ($ 10% of Amount Bid ) (being a minimum of 10% of Contractor's total bid amount) for the payment of which, 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;_Keystone Excavators, Inc: as Contractor, and The Ohio Casualty Insurance Company as Surety, for -work specified as: City of Clearwater Annual Stormwater Repair „Stormwater Infrastructure Improvements and Repair - 24 -0019 -EN REISSUE 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 must indicate whether: x Corporation, Partnership, Company, or Individual Signed this 6th day of August , 2025 Keystone Excavators, Inc. . Contractor Principal BA: v,e. g DIEfc!brtn- Titre „The Ohio Casualty Insurance Surety Brett Rosenhaus, Attorney -In I4-plYki. The person signing shall, in his own handwriting, sign the Principal's name, his own name iii where the person is signing for a Corporation, he must, by Affidavit, show his authority to•;liirt d, Corporation — provide Affidavit. `„ "r'.� r ;yru•.y Company .•. A4 ,. SECTION V Page 8 of 16 Updated: 7/9/2025 SECTION V — Contract Documents .AFFIDAVIT (To be filled in and executed if the bidder is a corporation) STATE OF FLORIDA COUNTY OF ) being duly sworn, deposes and says that he/she is -Secretary 'Of t.:Actlda& . •••• —.•. a • a corporation '51-riaiiii0 and existing -under arid ..§y virtue of the laws of the State of Florida, and having its principal office at: 4:4(11.L. (Street & Number)-- '(Cif) - -(County) 7 kState) P Affiant further says that he is familiar with the records, minute books and by-laws of .*-1,\SUI4X4- laVe4‘-dr'11311:1:if.4.- - (Name Of:Corporation)." ' Affiant further says that .. is k), 10 r2A%brhIc• (Officer's Name Trifle) — — of the corporation, is duly authorized to sign the Proposal for _Ad-Sckittii:i „ 'ad tris, or said corporation by virtue of Sworn to before me this 17:4%. f day oAO 6 -41ST" . _ , 20 IS, • %tip NANCY HERGJIVI..„_; MYCOMMISSION#HH 190360.. arP'804edihrq,f1014.11!Pubr4.1-INelviriters 4i EXPIRES: Febmary 21, 2026 Notary Public Type/print/stamp name of Notary Title or rank, and Serial NO., if any SECTION V Page 9 of 16 Updated: 6/3/2024 Libcrt ?' . - –SURETY POWER OF ATTORNEY Liberty Mutual Insurance Company - - The Ohio Casualty -Insurance Company • - - West American Insurance Company Certificate No: 8213633 - 964020 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company Is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the °Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Brett Rosenliaus Christian Collins: D.Ac Belts; Taylor: Rosenhaus - — all of the city of Delray Beach state of FL each individually If there be more than ane named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances end other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 8th day of April , 2025 . State of PENNSYLVANIA ss County of MONTGOMERY On this 8th day of April , 2025 before me personally appeared Nathan J. Zangede, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, 1 have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company • By: -Nathan J.. Zangede, Assistant Secretary co_ IweaNi01Pennsylvania-Notarys¢al "Tensa Pastella, Notary Pubes Montgomery Cooly My commission expires March 28. 2029 Commission number 1126044 _ . Member( Perui teaa'RseaehUtlnefNatulaa'.: 4. Ansa;Pasti;ta;;JV.otasyl•Putiilg This Power of Attorney is made and executed pursue -it fo and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutuaf insurance Company, and West American insurance Companywhich resolutions are now in full force and effect reading as follows: ARTICLE IV– OFFICERS: Section 12. Power of Attomey. Any officer or other official of the Corporation authorized for that purpose In writing by the Chainrlan or the President, and subject to such limitation as the Chalrrnan or the President may prescribe, shall appoint such attomeys-in-fact, as maybe necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall. have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII – Execution of Contracts: Section 5; Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in wilting by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe shall appoint such attomeys-in-fact as may 6e necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety_any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shag be as binding as if signed by the president and attested by the secretary. Certificate of Designation – The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangede, Assistant Secretary to appoint such attomeys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reeognizanars and other surety obligations. Authorization–By unanimous consent of Ste Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary, of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. .h1 .erRr>a=etn.iyNe, easCci�U fylehwdet:ilt:l(y!i/"e�,otnhger:nuarnldpeorswkegfnoedfa,'lAtasnrslyaiitfwSehaichetalhrye;f,oTrheeygOphglor(sCoasfriula•l•,-lty•:`:Iln'sG%u!rre.•nl Company;al4.ertMInsurance CoanesAem..11.611 tsura c• e;Co ,:mVipan�_ 3od ;thepwepAtneyexeuledbysaidCmpanesis nfotpce�Lpand has,notbeenrevoked. n•so• �1 ' `� r� • INTE8TIMON EREOF;,Ihavehereynlosetmy.fiendaptlaffikedfheseals....Companieslhfs Gtfi,-'.day,of _Au�usi_ „• ?O bµ �,w�,� 6x3 •,,L E CU c« 'o E •U a:0. `o y • • 4`0, oO N o N at 00 Dr. Eco, oR 0 y yo_ LMS -12873 LMIC OCIC WAIC Mulll Co 0224 SECTION V — Contract Documents NON -COLLUSION AFFIDAVIT STATE OF FLORIDA COUNTY OF71jffL:i1}5,_._. s..: gip:_. being, first duly sworn, deposes and says that he is f GG 3 L1F-lV :7''' of ' el$Tbi C k : o- S': jit7 :;. • the party making the foregoing Proposal or Bid; that su_f l=Wch Bid is genuinea',:ii t.cblve:or'slaini .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 element of said bid price, or that of any other bidder, or to secure any advantage against the Cil.y o1 Clearwater, Florida, or any person or persons interested in the proposed contract; and that all stater t 1:' 1-1:1 � contained in said proposal or bid are true; and further, that such bidder has not directly oriAittig submitted this bid, or the contents thereof, or divulged information or data relative thereto to any fa. or to any member or agent thereof; ""' Sworn to and subscribed before me this _414% day of.. _AA b,r..t35T:2Q;s . --a Notary Public _ J -"---- — _::t ti'i,; ' NANCY HERG JAMES • — '= MY COMMISSION # HH 190366 p:y EXPIRES: February 21, 2026 ;,: n i : Bonded lhru Notary PAIIOUndenv Iters; SECTION V Page 10 of 16 Updated: 7/9/2025 SECTION V — Contract Documents PROPOSAL (l)--- TO THE CITY OF CLEARWATER, FLORIDA, for Storniwater Repair: (24-0019-'ENReissue' and doing such other work incidental thereto, all in accordance with the contract documents, marked toriii� atertRcr►aiiI2 OY§I.ENlik is 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 11 of 16 Updated: 7/9/2025 SECTION V — Contract Documents PROPOSAL (1) TO '1'1:11+: CITY OF CLEARWATER, FLORIDA, for 2025 Stormwater Repair (24 -0019 -EN) and doing such other work incidental thereto, all in accordance with the contract documents, marked 2025 Stormwater Repair (24 -0019 -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, PIans, 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 pricestowit: 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 13 of 23 Updated: 6/3/2024 SECTION V— Contract Documents PROPOSAL Attached hereto is a bond or certified check oniar',: •0tii,i'tl A; 1rJ�i►ii4i�C:�t Co -Nan Bank, for the sum of Qj., �iui,�pQ, p "•'. {;tA►' i`r �'h i - i1 A.1�• '.11 ®Z ($ A52: eing a p'_inimum of 10% of Contractor's total bid anioint, oa.-c\Ci... 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 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, materialman, agent, supplier, or employer is contingent upon the award of the contract to the bidder). NAMES: 4C ! lsrr� '7 ` A -5 tW-, 1`37 ADDRESSES: • 34,77 5 :}FQ1p T cmys d + - iFt4 3't677 Signature oftlidde ea er'son:.signing shall, in his own handwriting, sign the Principal's name, his own name 4., ,, ,....§.1E1 lie:person signing for a corporation is other than the President or Vice President,'lfehtts �. , g g rPx.,� �^t''� Slo,whis authority, to bind the corporation, 'OAP i , it pi..404 Title: L/ICC peesoeur 1 rAiai 3 , � � eaa - Name: ' f ?bill!✓ _ �(CflSl19-7Ct2S / G .. _ T Ain tBusiness As (if different than above):: _.__ .......— Business Address of Bidder: GYi:anii,ithte_ _ .. Phone: g(3 — $5 —23 '2 Email Address : / adi f :4#461* 1E.10"k 3 1', $iw fi � : ,:(} call ,, this 41;. _day of. .0[.�:cj;ST ,.A.D:, 202.5 Dated at_�� '"""� 31(0'+9 SECTION V Page 12 of 16 Updated: 7/9/2025 SECTION V —Contract Documents CITYOF CLEARWATER_ .ADDENDUM SHEET PROJECT: StOrmwECter_Raiii'MWO-0:19=INTeelisilA Acknowledgment is hereby made of the following addenda received since issuance of Plans and Specification's. Addendum No. 1 Date: 6/20/25 Addendum No.,__ _ 2_ Date: . _ 6/25125 Addendum No.. ._ 3 Date: Addendum No 4 Date: 7/23/25. .—.• Addendum No.__ Date: _ .3/24/25._ - • - . Addendum No. Date: , - Addendum No. .7. Date: Addendum No.., Addendum No. Date: Date: Addendum No. _ Date: Addendum No. Date: SECTION V Page 13 of 16 Updated: 7/9/2025 SECTION V —Contract Documents BIDDER'S PROPOSAL PROJECT: .tiiimivater Reiiitie(244019=ENReigsue) CONTRACTOR: • leXeINKIA.17- BIDDER'S GRAND TOTAL: $. . ( o• (Numbers) • V BIDDER'S GRAND TOTAL A: tlixt4i6b3r) _ _ ,(Words) fawititaitiiiffiligligrii- AlTf4tED BTtiLL ,). 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 14 of 16 Updated: 7/9/2025 tci The attachments provided are for reference only, and could be replaced/updated at any time by the City. • FEMA Equipment Rate Schedule • Sample Daily Log Template • Map of Approved Debris Disposal Sites PRICING SHEET STORMWATER REPAIRS Line Item Description Quantity Unit of Unit Cost Total Measure 7.0 moeiiizaulon ana site rrepartlon •. -? --N..- -- .,,,,:e...;....: �_ -: i:-_ . . 1.1 Mobilization (Baseline rate $5000 I 'enter $5,000 for unit cost) 1 1 EA ' •.. 400.° ;Sex; u`� `1.2 Maintenance of Traffic - -- • _ - ' I 1.2a MOT -Arterial 10 EA 7001 v° 7000. 00 1.2b MOT -Local 10 EA o 1.3 Erosion and Sediment Control 1.3a Silt Fence 10 LF O'o o ;'00 °o 1.3b Inlet Protection 10 EA 325. p° .3 2Sp oo 1.4 -' Work Zone Sign 1 EA oa 00. ' 5170 d 1.5 " Camera -Video of Pipes/Structures • 1 Per Day °d 00 2.0 Earthwork -- '-2:1-. -: Unsuitable Material Removal and Replace - - • 10 .. -- . • - CY Boal ° 800."0 2.2' Swale Grading i 10 LF i1.O'oa........1,200; , : 2.3 Swale -Seed Type XX Blend 10 SY oo .CO i SQO• o° 2.4 I Swale -Erosion Control(Excelsior or. Approved Equale)FDOT ## j 10 i. SY 1 ,� $�: �� orJ SOV• v„7.2024 11 Line item 2.5 Description 'Plugging & Abandon In -Place and , Grout Pipe ' .Quantity 10 Unit of Measure CY Unit Cost ii'S' ° a Total rl o a , 7 2.6 Remove and Dispose In -Place Pipe 10 ! LF 10o.p° 1,000.01 2.7 Erosion Protection -Rip Rap 10 TN 2.8 Gabion Baskets 10 CY 0 2.9 Import Fill -- .. _ .. _-- -_- ' — 10 `_ CY , 6S' `ass.. 650 00 2.10 Export Material to Non -City Facility 10 CY I,6 I o o S. 6Sb. 00 2.11 Channel Excavation .. ' 2.11.a Channel Excavation - Minor 10 CY !�{o. e+ l,yoo. •o ' 2.11.b - Channel Excavation -Major i 10 CY pO 100. � —`--_T- 0 ji000.� 2.12 Seawall Grout 10 ; 1 CF oo .: 2.13 'Flowable FIII 10 CY 6SI. O° id .do ' 2.14 Remove and Dispose In -Place 1 Pipe Depth >6'5 10' 10 LF of 1000. o ° 3.0 Drainage Pipe Depth 5 6' Pipe Depth 5 6' 3.1 15" Reinforced Concrete Pipe (RCP) 10 LF ° . ��o 2,5a0:'. 3.2 ._.. 18". Reinforced Concrete Pipe :(RCP) 10 .- LF 'Z15o•a° ift0 6e° 3.3 24" Reinforced Concrete Pipe (RCP) 10 LF 3(O° 3, too goo ' 3.4 30" Reinforced Concrete Pipe (RCP) 10 ,: LF ii°°•�o I Li 00°' °d 3.5 36" Reinforced Concrete Pipe (RCP) 10 LF ° 440.60 J'u00.00 '1 v. 7.2024 12 Line item Description : Quantity Unit of Measure Unit Cost Total . i . 3.6 42" Reinforced Concrete Pipe (RCP) ' 10 LF . 510,°° , 1 , I "cq'-'" i .• 3.7 48" Reinforced Concret Pipe (RCP) 10 • LF , •6101°° I 6, TOO ,�o 3.8 . _ _ 12" HOPE Pipe Smooth Interior - • - • •_. 10 — - LF�Si 2,50" 20D. 3.9 15" HDPE Pipe Smooth Interior : 10 .. LF )..0.°12 i o0 ... . • 3.10 18" HDPE Pipe_ Smooth Interior 10 i , LF Two 2800.00 3.11 24" HDPE Pipe Smooth Interior 10 _ LF I.3qIoco 1:). ' 3.12 30" HDPE Pipe Smooth Interior 10 L_ i LF Ilo°° . 3.13 36'. HDPE Pipe Smooth Interior 10 I LF1 0,.._, :1114D ° ' LI lib ° ° ° I 1 3.14 42" HDPE Pipe Smooth Interior 10 LF 5911' oo .5.4100 00 3.15 '48" HDPE Pipe Smooth Interior 10 e LF 6,10°° _ _ • 75o." 3.16 City Standard Curb Inlet (S.D. A-9)10 - - - EA 4 vim° 5, loom 3.17 FDOT Type J-7T M.H. (5x5) 10 EA -. - ....... .0)250.0 0 3.18 FDOT Type J-7T M.H. (6x6) _ 10 . EA $365; ''' 13 OD ** 3.19 FDOT Type J-7T M.H. (6x7) . 10 i EA i01310(6° ..W . 103100.° : FOOT Type "F" D.B.I - - . _ • ,.. --- -- 10 .- .. I EA ' -•••• • . 4760.4.e 41 400.°° 3.21 FDOT Type "C" D.B.I 10 • EA06 l5.." .30,/,;sp?• 1 -- . 3.22- - - I Dewatering - - • • • -• -.10 _ - -• LF• - Do lam!, 0 ; PIPE DEPTH > 6' 5 10' • 3.23 15" Reinforced Concrete Pipe (RCP) 10 LF I 300,00 3,050.°° ' 3.24 18" Reinforced Concrete Pipe (RCP) 10 . LF 33M°# 6/ 3° ° '451) v. 7.2024 13 Line Item Description - Quantity Unit of Measure Unit Cost Total i 3.25 24" Reinforced Concrete Pipe (RCP)a ,10 LF •— o a 39 - go." 3,Qoc,. 3.26 ''(RCP) ,30" Reinforced Concrete Pipe 10 LF 951)441° '45b0.a° 3.27 ;.36" Reinforced Concrete Pipe t (RCP) i 10 ! LF 49°64"3 , 4J900'6° 3.28 42" Reinforced Concrete Pipe • (RCP) ; 10 : LF IMO °° 110o 00 3.29 .48" Reinforced Concret Pipe (RCP) 10 I LF I Ito P0 7+00,°0 3.30 12" HDPE Pipe Smooth Interior 10 LFSao :30o." 000. 3.31 .i '15" HDPE Pipe Smooth Interior i 10 LF .300. 4° po 3,000 , 3-32 18" HDPE Pipe Smooth Interior ' 10 LF 33D,'"3300."` 3.33 24" HDPE Pipe Smooth Interior _. 10 LF , �Oo 390 '•o 3,900. = 3.34 30 HDPE Pipe Smooth Interior 10 LF I : t vo Sb� 456,0 �, SbO. 4o : 3.35 36" HDPE Pipe Smooth Interior 1 10 LF i i , v X190.° , � loop. 3.36 42" HDPE Pipe Smooth Interior !10 LF o 0 o o 3.37 48" HDPE Pipe Smooth Interior i 10•LF ,' • lit!" o i 7,400 00 3.38 City Standard Curb Inlet (S.D. A-9) 10 • EA o0 .. 74 viz, , 00 3.39 FDOT Type J-7 M.H. (5x5) 10 EA 9,cM°° — 90sdo,°° . 3.40 FOOT Type J-7 M.H. (6x6) 10 EA • 11)100." . ((i DOO.o; 3.41 _---- _-- FDOT Type J-7 M.H. (6x7) ---- - ----' 10 -- - EA • Ilik(000.rm 3.42 'FOOT- Type "F" DBI 10 EA 3.43 FDOT Type "C" D.B.I 10 EA 3.44 Underdrain Removal and Replacement (6" and 8") 10 1 ` LF MS." . 1�l1�.od , • v. 7.2024 14 Line Item Description Quantity Unit of Unit Cost Total Measure 3.45 Dewatering i 10 I - LF 3d.5',°° 3�15L0 • 4.0 Paving & Marking and MillinglPaving , • Paving and Marking . - ^--9--� _ -_ - _:;--.�.,.•- •:10 �--SY 4.1 8" Roadway Base (LBR 100) 4.2 12" Stablized Subgrade (LBR 40) 10 S.Y/Ti eo 2. co 4.3 Straight Curb 10 LF 75-4 .7`00 4.4 'Header Curb I 10 I LFTs p o l 75-0.°6 4.5ECity Modified Curb 10 LF .7Soo 7 smb 4.6 pity Type I Curb 10 LF %S oo 75b s o 4.7 Valley Gutter Curb 10 LF ; ow. o e e o 4.8 R&R 6" Concrete Sidewalk ; ; 10 ` SFs tip o i Qp R&R Concrete Driveway Restoration 10 SF o o 1.57). ob 4.10 Pedestrain Ramps w/ Detectable Warning 1 10 FA 1175T��°° '2,7 5)v° 4.11 Remove and Replace Curbs 10 i LF ; t Op 1,15t).°° 15t)o0 Milling/Paving 4.12 Milling (up to 2) (includes disposal 1 at non -city facility) 10 . • SY .0 %°O 7.00.6° 4.13 Milling (2"-4") (includes disposal at 1 ,non -city facility) ; 10 SY 2 S, eo /.50.. 0 0 4.14 Superpave Asphalt Concrete, Type' SP 12.5. 10 TN • ; 3,000,00 vo 4.15 iSP Superpave Asphalt Concrete, Type, 9.5 10 i TN i 34,, goo : 3,tisvi o0 5.0 Landscaping and Restoration (includes disposal at non -city facility) s. v..!.2024 15 'Line Item Description Quantity Unit of Measure Unit Cost Total 5.1 Tree Removal (0"-12" Diameter) 10 EA' J,S,Ou'p0 1i940."• ' 5.2 Tree Removal (13"-24" Diameter) 10 EAl I '1.1Sb0 o 25;000.66 �. 5.3 "---_--- Tree Removal (25"-48" Diameter) _•__._._.._ 10 EA �n Qom' 5.4 Tree Removal (Greater than 48" ' Diameter . 10 EA 1115bO °tiS• outoa 5.5 Tree Barricade - 10 LF 5.6 Root Pruning . 10 _ LF 5.7 i Tree Planting and Watering I (furnish tree/bag and install/fill bag, lx) (2"-4" caliper -Native Species) 10 j EA �,�� ad t ��f.t00 ,, 5.8 ' Tree Planting and Watering (furnish tree/bag and install/fill bag 'oo' lx) (5"-6" caliper -Native Species) . 10 1 EA 21395• 2.51-415413 • 5.9 Sod Restoration (In Kind) i 5.9.1 Bahia 10 SF eo ere 5.9.2 St. Augustine ! - -•-- 10 - SF 4�4,"10 , neo • 6.0 Emergency Debris Removal , i 6.1 1 ` Mobilization (Baseline rate $5000 ' enter $5,000 for unit cost) ' 1 EA J, OOO O0' J, coo 6.2 Pickup with hand tools 10 HR 315a ; 375:°6 ; -• 6.3 _. 10 wheel dump truck.with driver _ .: • .- 10 . HR. .i 135.' .. I35,°° 1�35D� - 6.4 Loader (938 or Similar) } 10 HR - J JL 1 r° • J X15- oo l 6.5 Skid Steer (Operator not included) I 10 HR -- 'r • 5-0 1125 - De , 6.6 : 'included) D-3 Bulldozer (Operator not I' 10 1 HR i Jl�''�•1,12s.°0 6.7 Operator - All Equipment . ,. 10 HR p o o. qoo.. s 0 t v. 7.2024 16 Line Item 6.8 'Back Description Hoe (Operator not included) Quantity 10 Unit of Measure HR Unit Cost Total 6.9 Supervisor 10 HR • X250 11-12-5.Uu 6.10 Laborer I 10 HR 30.bO rbato.00 6.11 Debris Disposal 10 _ CY ; k1C•00 , ;5Q, QD 6.12 Alternative Debris Disposal 1 10 TN -Loa vt7 'Z,tGO'O•t, 6.13 Grapple Truck -Self Loading f (includes Driver) 10 v CY (.l)D _ %0.00 TOTALt'�C'S(e t�q V TOTALS Line Item Description Quantity Unit of Unit Cost Total Measure 1 10% Contingency fee from total for; Sections 1-5 above TOTAL 00 1 LS SUBMITTAL REQUIREMENTS * YEtamtit-0041WooL1.0.45 1 Certified Business* r Notwti� (13 D"w" w1�t� Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? .11 Yes No *Response required When equals "Yes" Certified Business Type' Pick one of the following Select all that apply ❑ Certified Small Business 0 Certified Minority, Woman, or Disadvantaged Business Enterprise `Response required v. 7.2024 17 Description 11.0 Mobilization) 1 Quantity Unit of Measure Unit Cost Total Mobilization (Baseline rate $5000 1.1 enter $5,000 for unit cost) 11.2 Maintenance 1 1.2a MOT -Arterial 1.2b MOT -Local 1.3 Erosion and; 1.3a 1.3b Silt Fence Inlet Protection 1.4 Work Zone Sign Pipes/Structures 1.5 2.0 Earthwork 1 1 EA 1 10 EA 10 EA 1 10 LF 10 EA 1 EA 1 Per Day $5,000.00 $5,000.00 $700.00 $700.00 $7,000.00 $7,000.00 $10.00 $325.00 $500.00 $100.00 $3,250.00 $500.00 $4,000.00 $4,000.00 Unsuitable Material Removal and Replace 2.1 10 CY $80.00 $800.00 Swale Grading 2.2 10 LF $120.00 $1,200.00 2.3 Swale -Seed Type XX Blend 10 SY $50.00 $500.00 Swale -Erosion Control(Excelsior or Approved Equale)FDOT ## 2.4 10 SY $50.00 $500.00 Plugging & Abandon In -Place and Grout Pipe 2.5 10 CY Pipe 2.6 10 LF Erosion Protection -Rip Rap 2.7 10 TN Gabion Baskets 2.8 10 CY Import Fill 2.9 10 CY Facility 2.1 10 CY 2.11 Channel Ex4 Channel Excavation - Minor 2.11.a 2.11.b Channel Excavation -Major Seawall Grout 2.12 2.13 Flowable Fill Remove and Dispose In -Place 2.14 Pipe Depth >6'510' 3.0 Drainage Pi i' Pipe Depth 56:,• $425.00 $4,250.00 $100.00 $1,000.00 $450.00 $4,500.00 $625.00 $6,250.00 $65.00 $650.00 $65.00 $650.00 10 CY $140.00 $1,400.00 10 CY $100.00 $1,000.00 10 CF $500.00 $5,000.00 10 CY $650.00 $6,500.00 10 LF $100.00 $1,000.00 15" Reinforced Concrete Pipe 3.1 (RCP) 18" Reinforced Concrete Pipe 3.2 (RCP) 24" Reinforced Concrete Pipe 3.3 (RCP) 30" Reinforced Concrete Pipe 10 LF $250.00 $2,500.00 10 LF $280.00 $2,800.00 10 LF $340.00 $3,400.00 3.4 (RCP) 10 LF $400.00 $4,000.00 36" Reinforced Concrete Pipe 35 (RCP) 10 LF $440.00 $4,400.00 42" Reinforced Concrete Pipe 3.6 (RCP) 10 LF $590.00 $5,900.00 3.7 48" Reinforced Concret Pipe 10 LF $690.00 $6,900.00 3.8 12" HDPE Pipe Smooth Interior 10 LF $250.00 $2,500.00 3.9 15" HDPE Pipe Smooth Interior 10 LF $250.00 $2,500.00 3.1 18" HDPE Pipe Smooth Interior 10 LF $280.00 $2,800.00 3.11 24" HDPE Pipe Smooth Interior 10 LF $340.00 $3,400.00 3.12 30" HDPE Pipe Smooth Interior 10 LF $400.00 $4,000.00 3.13 36" HDPE Pipe Smooth Interior 3.14 42" HDPE Pipe Smooth Interior 3.15 48" HDPE Pipe Smooth Interior 3.16 City Standard Curb Inlet (S.D. A-9) 3.17 FDOT Type J -7T M.H. (5x5) 3.18 FDOT Type J -7T M.H. (6x6) 3.19 FDOT Type J -7T M.H. (6x7) 3.2 FOOT Type "F" D.B.I 3.21 FDOT Type "C" D.B.I 3.22 Dewatering 10 LF 10 LF 10 LF 10 EA 10 EA 10 EA 10 EA 10 EA 10 EA 10 LF , $440.00 $590.00 $690.00 $5,940.00 $6,925.00 $9,365.00 $10,320.00 $4,760.00 $3,065.00 $325.00 $4,400.00 $5,900.00 $6,900.00 $59,400.00 $69,250.00 $93,650.00 $103,200.00 $47,600.00 $30,650.00 $3,250.00 PIPE DEPTH > 6' .• 1.5" Reinforced Concrete Pipe 3.23 (RCP) 10 LF $300.00 $3,000.00 18" Reinforced Concrete Pipe 3.24 (RCP) 10 IF $330.00 $3,300.00 24" Reinforced Concrete Pipe 3.25 (RCP) 10 LF $390.00 $3,900.00 30" Reinforced Concrete Pipe 3.26 (RCP) 10 LF $450.00 $4,500.00 36" Reinforced Concrete Pipe 3.27 (RCP) 10 LF $490.00 $4,900.00 42" Reinforced Concrete Pipe 3.28 (RCP) 3.29 48" Reinforced Concret Pipe 3.3 12" HDPE Pipe Smooth Interior 3.31 15" HDPE Pipe Smooth Interior 3.32 18" HDPE Pipe Smooth Interior 3.33 24" HDPE Pipe Smooth Interior 3.34 30" HDPE Pipe Smooth Interior 3.35 36" HDPE Pipe Smooth Interior 3.36 42" HDPE Pipe Smooth Interior 3.37 48" HDPE Pipe Smooth Interior 3.38 City Standard Curb Inlet (S.D. A-9) 3.39 FDOT Type J-7 M.H. (5x5) 3.4 FDOTType1-7 M.H. (6x6) 3.41 FOOT Type 1-7 M.H. (6x7) 3.42 FDOT Type "F" D.B.I 3.43 FOOT Type "C" D.B.I Underdrain Removal and 3.44 Replacement (6" and 8") 10 LF $195.00 $1,950.00 3.45 Dewatering 10 LF $325.00 $3,250.00 4.0 Paving & Mai Paving and Maria 10 LF $640.00 $6,400.00 10 LF $740.00 $7,400.00 10 LF $300.00 $3,000.00 10 LF $300.00 $3,000.00 10 LF $330.00 $3,300.00 10 LF $390.00 $3,900.00 10 LF $450.00 $4,500.00 10 LF $490.00 $4,900.00 10 LF $640.00 $6,400.00 10 LF $740.00 $7,400.00 10 EA $7,640.00 $76,400.00 10 EA $9,050.00 $90,500.00 10 EA $11,700.00 $117,000.00 10 EA $12,860.00 $128,600.00 10 EA $6,245.00 $62,450.00 10 EA $7,640.00 $76,400.00 4.1 8" Roadway Base (LBR 100) 4.2 12" Stablized Subgrade (LBR 40) 4.3 Straight Curb 4.4 Header Curb 4.5 City Modified Curb 4.6 City Type I Curb 4.7 Valley Gutter Curb 4.8 R&R 6" Concrete Sidewalk R&R Concrete Driveway 4.9 Restoration Pedestrain Ramps w/ Detectable 4.1 Warning 4.11 Remove and Replace Curbs 10 SY $50.00 $500.00 10 SY $25.00 $250.00 10 LF $75.00 $750.00 10 LF $75.00 $750.00 10 LF $75.00 $750.00 10 LF $75.00 $750.00 10 IF $85.00 $850.00 10 SF $25.00 $250.00 10 SF $25.00 $250.00 10 EA 10 LF Milling/Paving $2,750.00 $27,500.00 $125.00 $1,250.00 Milling (up to 2") (includes 4.12 disposal at non -city facility) 10 SY $20.00 $200.00 Milling (2"-4") (includes disposal 4.13 at non -city facility) 10 SY $25.00 $250.00 Superpave Asphalt Concrete, 4.14 Type SP 12.5 10 TN $300.00 $3,000.00 Superpave Asphalt Concrete, 4.15 Type SP 9.5 10 TN $345.00 $3,450.00 5.0 Landscaping i 5.1 Tree Removal (0"-12" Diameter) 5.2 Tree Removal (13"-24" Diameter) 5.3 Tree Removal (25"-48" Diameter) Tree Removal (Greater than 48" 5.4 Diameter 5.5 Tree Barricade 5.6 Root Pruning Tree Planting and Watering (furnish tree/bag and install/fill bag 14 (2"-4" caliper -Native 5.7 Species) Tree Planting and Watering (furnish tree/bag and install/fill bag lx) (5"-6" caliper -Native Species) 5.8 5.9 Sod Restorat; 10 EA 10 EA 10 EA 10 EA 10 LF 10 LF $1,500.00 $2,500.00 $4,000.00 $4,500.00 $12.00 $10.00 $15,000.00 $25,000.00 $40,000.00 $45,000.00 $120.00 $100.00 10 EA $1,485.00 $14,850.00 10 EA $2,875.00 $28,750.00 5.9.1 5.9.2 Bahia St. Augustine 10 SF 10 SF $3.00 $4.00 $30.00 $40.00 6.0 Emergency D Mobilization (Baseline rate $5000 6.1 enter $5,000 for unit cost) 6.2 Pickup with hand tools 6.3 10 wheel dump truck with driver 6.4 Loader (938 or Similar) 6.5 Skid Steer (Operator not D-3 Bulldozer (Operator not 6.6 included) 6.7 Operator - All Equipment 6.8 Back Hoe (Operator not included) 6.9 Supervisor 6.1 Laborer 6.11 Debris Disposal 6.12 Alternative Debris Disposal Grapple Truck -Self Loading 6.1.3 (includes Driver) Total 1EA 10 HR 10 HR 10 HR 10 HR 10 HR 10 HR 10 HR 10 HR 10 HR 10 CY 10 TN 10 CY $5,000.00 $37.50 $135.00 $112.50 $112.50 $112.50 $90.00 $112.50 $142.50 $80.00 $175.00 $200.00 $65.00 $5,000.00 $375.00 $1,350.00 $1,125.00 $1,125.00 $1,125.00 $900.00 $1,125.00 $1,425.00 $800.00 $1,750.00 $2,000.00 $650.00 $1,386,090.00 SECTION V — Contract Documents SCRUTINIZED_COMPANIES-AND BUSINESS OPERATION S WITH. - CUBA AND SYRIA CERTIFICATION FORM -- - PER SECTION HI, ITEM 25, IF YOUR BID IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID PROPOSAL FAIL URE 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 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 engages in business operations in Cuba and Syria. STATE OF -_.i.V ft.lD - COUNTY OF _:_ �,IN.E.t..o4 . _ _..,_ The foregoing instrument was acknowledged before me on this: _ day of. '(a . . - .- 2011:67; by 1.-\,c..QC;, (name of person whose sigriatore1s tieing notarized) • as the Arae 7 �d;.(title) of�` { .5 , txczivcs4ex�s:- �T.r;e• (name of �eorpo_r'atio�I/.entitty),personallyknown lo.m'eas�descrtbed herein _....Co -.c; li..;.: _, or produced a (type of ider tifieation) as identification, and who did/did not take an oath. NAN'CYIiERG'JAMEa , MY COMMISSION # HH 190368 EXPIRES: February 21, 2026 , f1 .._BandedThru Notary Publ!0:4eTih6' My Commission Expires:. _____ _ r NOTARY SEAL ABOVE SECTION V Notary Public — Printed Name Page 15 of 16 Updated: 7/9/2025 SECTION V — Contract Documents ,SCRUTINIZED. COMPANIESTTHA.T_BOY_COTT_ISRAEL LIST, • --=- : ' - � - - CERTIFICATION FORM- - --- PER SECTION III, ITEM 2S, 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: I. 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 participating3in a;I oycott of Israel, or that it has initiated a boycott in response to a requesttora l0ycott of Israel or inkolCipliance with, or in furtherance of, calls for a boycott of Israel, may be eorisidered 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 OW lgitflgalik. List, or engaged in a boycott of Israel. ,:•� jY��-trofti Autlioried:Signature • Lai& Printed Name ''`'` -Jir Lir Title Name of Entity/Corporation STATE OF ._,FLO.g!!k% COUNTY OF PNEUA$ _ The .foie iin ..tnstntiatioNAs_acl no*ledged!;before imie";bn :this_' " 'dao ..A.. carpu- , by r�:,v%vit.,rit•; 2(iikiirOWiitirgoil whose•,signaturerisi,liei ie iiotai ized);. as the ='�Itct; rGsi-r}Qiti� ._ _ _._ -(title) of. __ �,,,: 'd ric:_:_t4, ailo: cs. t'v�c:..:..... (name of co oratiiin/enti lei_ .b d e -_. . rp tyj;sp�esol'ia]'lY'lnowi�=fo me as�deso;ited;.herein ::.Cc:,:we�ciC.+rr' _, or produced a __..,(type of identification) as identification, and who did/ jiottal a an oath.• -- NANCYHERGJAMES _ „ MYCOMMISSION#HH 190366 bli,` .• Notary Public? J ' .., EXPIRES: February 21.; 2026 y opsf- d Thai No PaoUtidervrtilers' ,;obi., Bonded Notary — _ Printed Name My Commission Expires: NOTARY SEAL ABOVE SECTION V Page 16 of 16 Updated: 7/9/2025 APPENDIX— FORMS AND OTHER PROJECT DOCUMENTATION VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM _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. 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 Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E -Verify system to verify the work authorization status of newly hired employees. 3. 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. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. 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). 7. 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 ContraNasttgIri,af'edti. 8. The Contractor is liable for any additional cost incurred by the City as a resultisitirn'a 6frpf, . this Contract. STATE OF . Ft.01t,4pP COUNTY OFPII-agc c,nrs . . Authorized Signature Printed Name 1.7 `ltiCE.:t.��Stip��'i�T`- .. _ >• �frsr}7 ,:,�s�-_;x_ Title •, .1-�•_ Name of Entity/Corporation —The -foregoing.. instrument_. was acknowledged beforemeby means of -physical presence or ID -online notarization on, this ..: i�? day of _. , ,A .. 2O; ;5.., by . -t4u33, u (name of person whose signature is being notarized) as the �.�ee ceiS en . (title) of : 'ii•mcti• itca}aaiieWS rt - (name teCorporat ci:n/entity,) known DC or produced _ (type of identification) as identification, and who did/did not take an oath. • NANCY HERG JAMES MY COMMISSION # HH 190368 ., . EXPIRES: February21,2028 :!:.c°;�Bonded ThmNolan/Public Undenmiers My Commission Expires: NOTARY SEAL ABOVE APPENDIX Notary Public :;. •.. Printed Name 1 Updated 7/9/2025 - 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, FloridaltactMitepii,.._ taro' The undersigned is authorized to execute this form on behalf of Entitx. Date 1241 ','Oigned• Entity. 44farii-61.-.:tkeMktele.V iJC Name:/11446;§, Title %/I-esiciret-An- • • • `,4107.*f , • - - _ -•. . STATE OF -FLORIDA- - DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently. Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! • db -pr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CUC1225782 CERT UNDERGROUND & EXCAV CNTR TRUXTON, JEFFREY CHADWICK. 1! KEYSTONE EXCAVATORS, INC. LICENSI EXPIRA ISSUED: 05/30/2024 Signature"° = — - . N CHAPTER 489; FLORIDA STATUTES N DATE: AUGUST 31.2026 Ron DeSantis, Governor Melanie S. Griffin, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER: CUC1225782 EXPIRATION DATE: AUGUST 31, 2026 THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489. FLORIDA STATUTES TRUXTON, JEFFREY CHADWICK KEYSTONE EXCAVATORS, INC. • 371 SCARLET BLVD OLDSMAR FL 34677 ISSUED: 05/30/2024 Always verify licenses online at MyFloridaUcense.com 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 M official website of the United States government `aeras ipw you knu,.. E -:Verify: Home Cases Reports Resources _..... _ •.� ta I . ' Z My Company Profile Company Information Company Name Keystone Excavators. Inc 8 Nancg Herg James V Doing Business As (DBA) Name Company ID Enrollment Date 425406 Jun 22.2011 Employer Identification Number (EIN) Unique Entity Identifier (UEI) 592447174 DUNS Number 1110511446 Total Number of Employees 20 to 99 NAICS Code Sector 237 Construction Subsector Heavy and Civil Engineering Construction Edit Company hiforirtation Employer Category Employer Category None of these categories apply Edit Employer Category Company Addresses Physical Address 371 Scarlet Blvd Oldsmar, FL 34677 Mailing Address Same as Physical Address Hiring Sites We have Implemented a new policy and require more information for existing and future hiring sites. Number of Sites 1 Form ' (Rev. March 2024) Department of the Treasury — Interns eveiiueSeliiice _. Request for Taxpayer Identification Number and Certification _Go to•www r riiiiv/ForritWns 9 for instructions the!Iatestinfomiation... " t Give form to the requester. Do not ;-send to the IRS. Before.you begirj For guidanca•related to the purpose.of Form W-9, see Qpipose�of Form belgW:.•_ . • 1 Name of entltylndividuaL An entry is required:(Fora sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded- entity's name on line 2.) KEYSTONE EXCAVATORS, INC 2 Business name/disregarded entity name, if different from above. ar re a o' m C nto M ,a c. $ . o: a' ar rn' "3a Check tha-appropriate boli for federal tax classification of the entityfindividual who name Is entered on line 1. Check only one of the following seven boxes. ❑ Individual/sole proprietor ❑ C corporation ❑✓ S corporation ❑ Partnership ❑ Trust/estate ❑ LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . - . Nota 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) •4 Ezemptlons (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code (if any) 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_ (Applies to accounts maintained this box if you have any foreign partners, owners, or beneficiaries. See instructions ❑': , outside the United Slates.) 5 -Address (number, street, and apt. or suite no.). Sea instniotions. 371 SCARLET BLVD 6 City, state, and ZIP code OLDSMAR, FL 34677 iiequester•s name and address (optional) 7 List account number(s) here (optional) War ' ;TtiX er:;ldentifcatiot 'Nu iber'(T1N): s 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 entities, it is your employer identification number (EIN). if you do not have a number, see How to get a 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. • Sadalseeuriiy nurtitiei ; ori..-..:-.- ) 6— 'gntptoyerideiitifcatoftnumber •-•- 5, 9 2 .4 4 7 11• 7 4 Part II ljnde� penalties of perjury, l 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 2.1 am not subject to backup withholding because (a) lam 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, cancellation of debt, contributions to an Individual retirement arrangement PRA), and, generally, payments-- other than interest,and dividends„ you are notire.guired tosigr}.the certification, but you must: provide your_cortect TIN,,See the instructions for Part IL, later. , -01911 ' Signature of . .ere_Us.Person.i. Date • •-�_—. -°--�- 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 anotherflow-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 General instr (etf ns 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. • Cat No. 10231X - - Form W-9 (tiev. 3-2024)