SLOPE STABILIAZTION - 26-0006-ENSECTION V
CONTRACT DOCUMENTS
Table of Contents
PUBLIC CONSTRUCTION BOND 1
.CONTRACT 4
CONSENT OF SURETY TO FINAL PAYMENT 8
PROPOSAL/BID BOND 9
AFFIDAVIT 10
NON -COLLUSION AFFIDAVIT 11
PROPOSAL 12
CITY OF CLEARWATER ADDENDUM SHEET 14
BIDDER'S PROPOSAL 15
SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA
CERTIFICATION FORM 27
SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM 28
SECTION V Page i Updated: 7/9/2025
SECTION V — Contract Documents
Bond No.: 800234978
PUBLIC CONSTRUCTION BOND
(1)
This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant under
this bond for payment must be in accordance with the notice and time limitation provisions in subsections
(2) and (10).
Pursuant to § 255.05(1)(b), Florida Statutes, "Before commencing the work or before recommencing the
work after a default or abandonment, the contractor shall provide to the public entity a certified copy
of the recorded bond. Notwithstanding the terms of the contract or any other law governing prompt
payment for construction services, the public entity may not make a payment to the contractor until the
contractor has complied with this paragraph."
CONTRACTOR SURETY OWNER
Southern Road & Bridge, LLC [name] Atlantic Specialty Insurance CompanyCity of Clearwater
Principal Name Principal Name Public Works
2997 Alt 19, Suite B dress Line 17605 Hwy 169 North,
Suite 800. PO Box 4748
C... _ 33758-4748
Palm Harbor, FL 34683 [Address Clearwater Line 23 Plymouth, MN, 55441 (72ar 562-4750FL
Principal Business Address Principal Business Address
[phone number] (614)562-4638
Principal Phone Number Principal Phone Number
PROJECT NAME: Slope Stabilization
PROJECT NO.: 26 -0006 -EN
PROJECT DESCRIPTION: 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 specifically
related to the stabilization of slopes and the protection of City infrastructure by means of Seawall. 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.
The work will be assigned at various locations within the limits of the City of Clearwater jurisdiction.
Beyond the initial one-year term, the City reserves the right to renew the contract for up to three (3)
additional years.
BY THIS BOND, We, Southern Road & Bridge, LLC. as Contractor, and
Atlantic Specialty Insurance Company , a corporation, as Surety, are bound to the
City of Clearwater, Florida, herein called Owner, in the sum of $10,986,300.00, for payment of which we
bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally.
SECTION V Page 1. of 28 Updated: 7/9/2025
SECTION V — Contract Documents
THE CONDITION OF THIS BOND is that if Contractor:
1. Performs the contract dated , between Contractor and Owner for construction
of Slope Stabilization, 26 -0006 -EN, the contract documents being made a part of this bond by
reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions
to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations
as may be made in said Plans and Specifications as therein provided for), at the times and in the
manner prescribed in the contract; and
2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes,
supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in
the prosecution of the work provided for in the contract; and
SECTION V Page 2 of 28 , Updated: 7/9/2025
SECTION V — Contract Documents
Bond No.: 800234978
PUBLIC CONSTRUCTION BOND
(2)
3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate
proceedings, that Owner sustains because of a default by Contractor under the contract; and
4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their
officers and employees, from liabilities, damages, losses and costs, including, but not limited to,
reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional
wrongful misconduct of Contractor and persons employed or utilized by Contractor in the
performance of the construction contract; and
5. Performs the guarantee of all work and materials furnished under the contract for the time specified
in the contract, then this bond is void; otherwise, it remains in full force.
6. Any action instituted by a claimant under this bond for payment must be in accordance with the
notice and time limitation provisions in Section 255.05(2), Florida Statutes.
7. Any changes in or under the contract documents and compliance or noncompliance with any
formalities connected with the contract or the changes do not affect Surety's obligation under this
bond, and Surety does hereby waive notice of any such change, extension of time, alteration or
addition to the terms of the contract or to the work or to the specifications.
IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this 9th day of
March , 2026 .
(If sole Ownership or Partnership, two (2) Witnesses are required).
(If Corporation, Secretary only will attest and affix seal).
WITNESS:
r2oe /•.
Coloratary or Witness
Print Name: It vx` ar% 7e;S
(affix corporate seal)
OAC
Re -15.1-14'10
SEAT.
�_4.7
. 249
'' 10,011111 tttII„d
Southern Road & Bridge
By:
Title:
Print Nat
WITNESS:
Atlantic Specialty Insurance Company
(Corporate Sure
By:
ATTORNEY-IN-FACT
Print Name: Keith A. Miller
1,, II;!.)L�II!!
(affix corporate seal)
(Power of Attorney must be attaei
SECTION V Page 3 of 28
Updated: 7/9/2025
[intaet]
INSURANCE
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth,
Minnesota, does hereby constitute and appoint Brian M Battaglia, Christopher A. Howard, James Klingensmith, Keith A. Miller, each individually if there be more
than one named, its true and lawful Attorney -in -Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity,
and all other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the
execution of such bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon
said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seaL This Power of Attorney is made and executed by
authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012:
Resolved: That the President, any Senior Vice President or Vice -President (each an"Authorized Office?') may execute for and in behalf of the Company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the
Authorized Officer may appoint and authorize an Attorney -in -Fact to execute on behalf of the Company any and all such instruments and to affix the Company
seal thereto; and that the Authorized Officer may at any time remove any such Attorney -in -Fact and revoke all power and authority given to any such Attorney -in -
Fact.
Resolved: That the Attorney -in -Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds,
recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall
be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attorney -in -Fact is hereby authorized to verify any affidavit
required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY
INSURANCE COMPANY on the twenty-fifth day of September, 2012:
Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by
facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney -in -Fact for purposes only of executing and sealing any bond,
undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company
as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though
manually affixed.
IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents lobe signed by an Authorized Officer and the seal of the Company
to be affixed this first day of January, 2023.
STATE OF MINNESOTA
HENNEPIN COUNTY .
ofP ORgi. ,;1-A t
`SEAL.;
°'.. 1986 - .'o' By
2`. yFev YOQ•aa,
Sarah A. Kolar, Vice President and General Counsel
On this first day of January, 2023, before me personally came Sarah A. Kolar, Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY, to
me personally known to be the individual and officer described in and who executed the preceding instrument, and she acknowledged the execution of the same, and being by me
duly sworn, that she is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the
signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company.
ALISON D. NASH-TROUT
NOTARY PUBLI•G - MINNESOTA
My Commission Expires
January 31.2030
SenAtilat-
Notary Public
I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full
force and has not been revoked, and the resolutions set forth above are now in force.
Signed and sealed. Dated 9th day of March 2026.
This Power of Attorney expires
January 31, 2030
Kara L.B. Barrow, Secretary
spedalty►
[intact] soluitions
Atlantic Specialty Insurance Company
Period Ended 12/31/2024
Dollars displayed in thousands
Admitted Assets
Investments:
Bonds
Preferred Stocks
Common Stocks
Mortgage Loans
Real Estate
Contract Loans
Derivatives
Cash, Cash Equivalents & Short Tenn Investments
Other Investments
Total Cash & Investments
Premiums and Considerations Due
Reinsurance Recoverable
Receivable from Parent, Subsidiary or Affiliates
All Other Admitted Assets
Total Admitted Assets
$ 2,894,094
987,702
383,175
. 36.178
4,301,149
350.792
60,063
11,764
94.008
4,817,776
Liabilities and Surplus
Liabilities
Lose Reserves
Loss Adjustment Expense Reserves
Total Loss & LAE Reserves
$ 1,264,802
- 423,323
1,668,125
Unearned Premium Reserve 811,551
Total Reinsurance Liabilities 64,571
Commissions, Other Expenses, and Taxes due 75,922
Derivatives
Payable to Parent, Subs or Affiliates
All Other Liabilities 1.121,125 .
Total Liabilities 3,761,294
Capital and Surplus
Common Capital Stock
Preferred Capital Stock
Surplus Notes
Unassigned S6rplus
Other & cluding Gross Contributed
Capital & Surplus
9,001
476,697
570.784
1,056,482
Total Liabilities and CBS 4,817,776
State of Minnesota
County of Hennepin
I, Kara Barrow, Secretary of Atlantic Specialty Insurance Company do hereby certify that
the foregoing statement is a correct exhibit of the assets and liabilities of the said
Company, on the 31st day of December, 2024, according to the best of my information,
knowledge and belief;
Subscribed and sworn to, before me, a Notary Public of the State of Minnesota on this
10th day of March, 2025.
KERRI RIECHERS I
NOTARY PUBLIC
MINNESOTA
My Commission ExpiresJaa 31, 2030
Nota P
Public
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 Southern Road &
Bridge, LLC, of the City of Palm Harbor County of Pinellas and State of Florida, hereinafter designated as
the "Contractor".
[O,r,.if out of:state]
This CONTRACT made and:`entered tnto this-day,.of" . ` 20 by~and`between the City
of. Clearwater, rlor da, a municipal corporation,', hereinafter designated'' as the 'City", and
a/an - (State) Cor=poratton authorized to do
business rn ::the State of I'laiida, of the City, of County -;of
arid State "af'. hereinafter designated as the``"Contractor'
WITNESSETH:
That the parties to this contract each in consideration of the undertakings, promises and agreements on the
part of the other herein contained, do hereby undertake, promise, and agree as follows:
The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the sums
of money as herein after set forth to be paid by the City and to the Contractor, shall and will at their own
cost and expense perform all labor, furnish all materials, tools and equipment for the following:
PROJECT NAME: Slope Stabilization
PROJECT NO.: 26 -0006 -EN
in the amount of 510.986,300.00
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 4 of 28 Updated: 7/9/2025
SECTION V — Contract Documents
CONTRACT
(2)
THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY AGREE
TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE BROUGHT
AGAINST THE CITY AS A RESULT OF THE 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 THE 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 $1,000.00 per day for each day that the work to be performed by the Contractor remains
incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only and solely
represent damages which the City has sustained by reason of the failure of the Contractor to complete the
work within the time stipulated, it being further agreed that this sum is not to be construed as a penalty but
is only to be construed as liquidated damages for failure of the Contractor to complete and perform all work
within the time period as specified in this contract.
It is further mutually agreed between the City and the Contractor that if, any time after the execution of this
contract and the public construction bond which is attached hereto for the faithful performance of the terms
and conditions as contained herein by the Contractor, that the City shall at any time deem the surety or
sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said bond ceases
to be adequate in amount to cover the performance of the work the Contractor shall, at his or its own
expense, within ten (10) days after receipt of written notice from the City to do so, furnish an additional
bond or bonds in such term and amounts and with such surety or sureties as shall be satisfactory to the City.
If such an event occurs, no further payment shall be made to the Contractor under the terms and provisions
of this contract until such new or additional security bond guaranteeing the faithful performance of the work
under the terms hereof shall be completed and furnished to the City in a form satisfactory to it.
SECTION V Page 5 of 28 Updated: 7/9/2025
SECTION V — Contract Documents
CONTRACT
(3)
In addition to all other contract requirements as provided by law, the contractor executing this agreement
agrees to comply with public records law.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
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., 6th Floor, Clearwater, FL 33756.
The contractor's agreement to comply with public records law applies specifically to:
a) Keep and maintain public records required by the City of Clearwater (hereinafter "public
agency") to perform the service being provided by the contractor hereunder.
b) Upon request from the public agency's custodian of public records, provide the public agency
with a copy of the'regnested 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 tlre.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 productionof public records relating to a
public agency's contract for services, the court shall assess and award against the contractor
the reasonable costs of enforcement, including reasonable attorney fees, if:
1. The court determines that the contractor unlawfully refused to comply with the public
records request within a reasonable time; and
SECTION V Page 6 of 28 Updated: 7/9/2025
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 niust 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 COUNTY, FLORIDA
By:
n > r Poirier
City Manager
Countersigned:
By:
Bruce
Mayor
Cot tractor must indicate whether:
Corporation, Partnership,
test:
Rosem:
City CI
Approv Via:. , orm:
Jerrod Sit pson
Senior A .sistant City Attorney
Company, or
Individual
'50‘A.\ -her P.o e c, e
(Contractor)
By: // (SEAL)
PCI Ine: L..t%' .1?4 >CLSr..N„,,nghq,i
Title: 1,SetIx-�,la$mg �len�.ckx-r ,�''��,r D & @R''.
The person signing shall, in his own handwriting, sign the Principal's name, his own name, and Id
where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind
Corporation — provide Affidavit.
SECTION V
Page 7 of 28
Updated: 7/9/2025
SECTION V — Contract Documents
CONSENT OF SURETY TO FINAL PAYMENT
TO OWNER: City of Clearwater PROJECT NAME: Slope Stabilization
Public Works PROJECT NO.: 26 -0006 -EN
100 S Myrtle Ave CONTRACT DATE: [
Clearwater, FL 33756 BOND NO.: [ 1, recorded in O.R. Book J . ' 1,
Page [' '-` �, of the Public Records of Pinellas County, Florida.
CONTRACTOR: Southern Road & Bridge, LLC
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]
[cddresJ
[address], SURETY,
on bond of
Southern Road & Bridge, LLC
2997 Alt 19, Suite B
Palm Harbor, FL 34683 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
PO Box 4748
Clearwater, FL 33758-4748, OWNER,
as set forth in said Surety's bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand this day of
Attest:
(Seal):
(Surety)
(Signature of authorized representative)
(Printed name and title)
SECTION V Page 8 of 28 Updated: 7/9/2025
SECTION V —Contract Documents
PROPOSALBID BOND
(Not to be filled out if a certified check is submitted)
KNOWN ALL MEN BY THESE PRESENTS: That we, the undersigned,
Southern Road & Bridge, LLC. as Contractor, and
Atlantic Specialty Insurance Company as Surety, whose address is
605 Hwy 169J [o th. St ite . II ' Hi o ti ► , are held and fi y bound unto the City
of Clearwater, .Florida, in the sum of Ter) Peccea p� b� d f n 14 euttars-
{$l- 1 0 °4 ) (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 Southern Road & Bridge, LLC.
as Contractor, and Atlantic Specialty Insurance Company as Surety, for
work specified as: Slope Stabilization
all as stipulated in said. Proposal, by doing alt work incidental thereto, in accordance with the plans and
specifications provided here for, 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
Signed this 10th day of February
Southern Road & Bridge, LLC.
�t�irrrr�
2012 ;F.:
C 1_ FLORIDA
P( •ccARPPy' •�
Contractor
t� V(,a.S l • ?et ePa•S
Individual
, 2026 .
Principal
By:
1,
Keith A. Miller,'ti
Atlantic Specialty Insurance Compan1 J
Surety
The person signing shall, in his own handwriting, sign the Principal's name, his own name, and tu'tlgtam
where the person is signing for a Corporation, he must, by- Affidavit, show his authority to bind the '4. t%4'
Corporation — provide Affidavit.
SECTION V Page 8 of 16 Updated: 6/3/2024
[intact]
UISURAUCE
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth,
Minnesota, does hereby constitute and appoint: Brian M Battaglia, Christopher A. Howard, James Klingensmith, Keith A. Miller, each individually if there be more
than one named, its true and lawful Attorney -in -Fact, to make, execute, seal and deliver, for and on Its behalf as surety, any and all bonds, recognizances, contracts of indemnity,
and all other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the
execution of such bonds, recognizances, contracts of Indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon
said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by
authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012:
Resolved: That the President, any Senior Vice President or -Vice -President (each an "Authorized Officer") may execute for and in behalf of the Company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the
Authorized Officer may appoint and authorize an Attorney -in -Fact to execute on behalf of the Company any and all such instruments and to affix the Company
seal thereto; and that the Authorized Officer may at any time remove any such Attorney -in -Fact and revoke all power and authority given to any such Attorney -in -
Fact.
Resolved: That the Attorney -in -Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds,
recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall
be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attorney -In -Fact is hereby authorized to verify any affidavit
required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY
INSURANCE COMPANY an the twenty-fifth day of September, 2012:
Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by
facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney -in -Fact for purposes only of executing and sealing any bond,
undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company
as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though
manually affixed.
IN WiTNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company •
to be affixed this first day of January, 2023.
se 1 Sari .,,
7
: 60�P��Tc°' 01:
eyi
-SEAL
1986 181 By
STATE OF MINNESOTA eR _,,b,,,'. Sarah A. Kolar, Vice President and General Counsel
HENNEPIN COUNTY '�b yr AO'
On this first day of January, 2023, before me personally came Sarah A. Kolar, Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY, to
me personally known to be the individual and officer described in and who executed the preceding instrument, and she acknowledged the execution of the same, and being by me
duly sworn, that she is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the
signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company.
ALISON D. NASH-TROUT
NOTARY PUBLIC - MINNESOTA
My Commission Expires
January 31, 2030
/ 511A Alt -
Notary Public
I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporal on, do hereby certify that the foregoing power of attorney is In full
force and has not been revoked. and the resolutions set forth above are now in force.
Signed and sealed. Dated 10th day of February 2026.
This Power of Attorney expires
January 31, 2030
oSS44Sa RPO �;:
IFac+?
=
•oi:iI
\'� o Kara L.B. Barrow, Secretary
Please direct Veal*
'•3
„n3`f0 surety@intactinsurance.com
intactinsurance.cont
SECTION V — Contract Documents
AFFIDAVIT
(To be filled in and executed if the bidder is a corporation)
STATE OF FLORIDA
COUNTY OF Pinellas
Lucas L. Pappas, being duly sworn, deposes and says that h she is
�a9 1 erof Southern Road & Bridge, LLC
a corporation organized and existing under and by virtue of the laws of the State of Florida, and having its
principal office at:
2997 US -19 ALT STE B
Palm Harbor Pinellas FL
(Street & Number) (City) (County) (State)
Affiant further says that he is familiar with the records, minute books and by-laws of
Southern Road & Bridge, LLC
(Name of Corporation)
Affiant further says that
Lucas L. Pappas is Managing Member
(Officer's Name) (Title)
of the corporation, is duly authorized to sign the Proposal for Southern Road & Bridge, LLC
or said corporation by virtue of
Managing Member
(state whether a provision of by laws or a Resolution of
Board of Directors. If by Resolution give date of adoption).
Sworn to before me this 9th day of February
KATERINACONSTAS
? MY COMMISSION # NH 480028
>; foFiti,,• EXPIRES: March 11, 2028
, 20 26 .
is
tary Public
K•;terina Constas
ype/print/stamp name of Notary
HH 480028
Title or rank, and Serial No., if any
SECTION V Page 9 of 16 Updated: 6/3/2024
SECTION V—Contract Documents
NON -COLLUSION AFFIDAVIT
STATE OF FLORIDA
COUNTY OF Pinellas
Lucas L. Pappas
being, first duly sworn, deposes and says that he is
Managing Member of Southern Road & Bridge, LLC
the party making the foregoing Proposal or Bid; that such Bid is genuine and not collusive or sham; that
said bidder is not financially interested in or otherwise affiliated in a business way with any other bidder
on the same contract; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly,
with any bidders or person, to put in a sham bid or that such other person shall refrain from bidding, and
has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or
conference, with any person, to fix the bid price or affiant or any other bidder, or to fix any overhead, profit
or cost element of said bid price, or that of any other bidder, or to secure any advantage against the City of
Clearwater, Florida, or any person or persons interested in the proposed contract; and that all statements
contained in said proposal or bid are true; and further, that such bidder has not directly or indirectly
submitted this bid, or the contents thereof,or divulged information or data relative thereto to any association
or to any member or agent thereof
Sworn to and subscribed before me this 9th day of, February
PE�LIi(?I
Not. y Pus
;:.aN1CP!i
KATERINA CONSTAS
*1. MY COMMISSION #I HH 480028
EXPIRES: March 11, 2028
SECTION V Page 10 of 16 Updated: 6/3/2024
SECTION V — Contract Documents
PROPOSAL
(1)
TO THE CITY OF CLEARWATER, FLORIDA, for
Slope Stabilization (26 -0006 -EN)
and doing such other work incidental thereto, all in accordance with the contract documents, marked
Slope Stabilization. (26 -0006 -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 fonn and legality of the contract and all the pertinent
documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged
with this notice.
The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties
interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement,
Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions,
Special Provisions, and Public Construction Bond, that he or his representative has made such investigation
as is necessary to determine the character and extent of the work and he proposes and agrees that if the
Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto
annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the
work required to complete the contract within the time mentioned in the General Conditions and according
to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the
required surety bonds for the following prices to wit:
If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall
fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at
its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be
null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the
property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City,
or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or
liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of
said check, shall be returned to the undersigned as specified herein.
SECTION V Page 12 of 28 Updated: 7/9/2025
SECTION V — Contract Documents
PROPOSAL
(2)
Attached hereto is a bond or certified check on Atlantic Specialty Insurance Company
-Ba+tle, for the sum of
Ten percent of bid total
(being a minimum of 10% of Contractor's total bid amount).
tS-- 10% )
The full names and residences of all persons and parties interested.in the foregoing bid are as follows:
(If corporation, give the names and addresses of the President and Secretary. If a firm or partnership, the
names and addresses of the members or partners. The Bidder shall list not only his name but also the name
of any person with whom bidder has any type of agreement whereby such person's improvements,
enrichment, employment or possible benefit, whether sub -contractor, materialman, agent, supplier, or
employer is contingent upon the award of the contract to the bidder).
NAMES: ADDRESSES:
Lucas L. Pappas, Managing Member
Pappas Civil Contractors, LLC, Managing Member
2997 US -19 ALT STE B, Palm Harbor, FL, 34683
2997 US -19 ALT STE B, Palm Harbor, FL, 34683
Signature of Bidd
The person signing shall, in his own handwriting, sign the Pr)�ncipaPs nai fli • 'n name and his title.
Where the person signing for a corporation is other than thiJ fesident nate
Vi c President, he must, by
affidavit, show his authority, to bind the corporation.
Principal: Lucas L,,,Pappas
By:
Title: Managing Member
pany Legal Nam otather ad & Bridge, LLC
Doing Business As (if different than above): N/A
Business Address of Bidder: 2997 US -19 ALT STE B
City and State: Palm Harbor, Florida Zip Code 34683
Phone: 727-940-5395 Email Address:
prequal@southemrb.com
2997 US -19 ALT STE B,
Dated at Palm Harbor, FL, 34683 , this 9th day of February , A.D;, 202g.
SECTION V Page 12 of 16 Updated: 6/3/2024
SECTION V — Contract Documents
CITY OF CLEARWATER
ADDENDUM SHCET
PROJECT:2640006=EN SLOPE STABILIZATION
Acknowledgment is hereby made of the following addenda received since issuance of Plans and
Specifications.
Addendum No. 1 Date: 01/08/2026
Addendum No. 2 Date: 0.1/,16/2026
Addendum No. 3 Date: 01/30/2026
Addendum No. 4 Date: 02/03/2026
Addendum No. Date:
Addendum No. Date:
Addendum No. Date:
Addendum No. Date:
Addendum No. Date:
Addendum No. Date:
Addendum No. Date:
Southern Road & Bridge, LLC
(Name of Bidder)
(Si
Managing Member
(Title of Officer)
02/09/2026
(Date)
SECTION V Page 13 of 16 Updated; 6/3/2024
SECTION V — Contract Documents
BIDDER'S PROPOSAL
PROJECT: Slope Stabilization (26 -0006 -EN)
CONTRACTOR:
BIDDER'S GRAND TOTAL: $ (Numbers)
BIDDER'S GRAND TOTAL:
(Words)
1.01 Mobilization and Site Preparation
1.01.01
Mobilization,
General (Baseline
rate $5000 enter
$5,000 for unit
cost)
1
EA
$5,000.00
$5,000.00
1.02 Maintenance of Traffic
1.02.01
MOT, Erect -
Maintain -Remove,
Arterial Road
10
EA
$2,500.00
$25,000.00
1.02.02
MOT, Erect -
Maintain -Remove,
Local Road
10
EA
$2,500.00
$25,000.00
1.02.03
MOT,
Supplemental
Item, VMB
10
EA/DAY
$200.00
$2,000.00
1.02.04
MOT,
Supplemental
Item, Type K
Barrier
100
LF/DAY
$50.00
$5,000.00
1.02.05
MOT,
Supplemental
Item, Low Profile
Barrier
100
LF/DAY
$50.00
$5,000.00
SECTION V
Page 15 of 28
Updated: 7/9/2025
SECTION V -- Contract Documents
1.03 Erosion and Sediment Control
1.03.01
Silt Fence
10
LF
$15.00
$150.00
1.03.02
Inlet Protection
10
EA
$220.00
$2,200.00
1.03.03
Turbidity Barrier
10
EA
$500.00
$5,000.00
1.03.04
Soil Tracking
10
EA
$3,800.00
$38,000.00
1.04 Misc Services .
1.04.01
Pre -Construction
Video Services
5
EA
$500.00
$2,500.00
1.04.02
Post -Installation
Pipe / Structure
Televising
5
DAY
$500.00
$2,500.00
1.04.03
Vibration
Monitoring
30
STRUCTURE/DAY
$465.00
$13,950.00
1.04.04
Engineering
Design Services
20000
EA
$1.00
$20,000.00
1.04.05
Geotechnical
Investigation, •
Material Testing,
Allowance
10000
EA
$1.00
$10,000.00
2.0 Earthwork
2.0.01
Demolition / •
Clearing &
Grubbing
5
AC
$32,500.00
$162,500.00
2.0.02
Unsuitable
Material Removal,
Muck / Organic
Material
100
CY
$100.00
•
$10,000.00
2.0.03
Unsuitable
Material Removal,
Clay
100
CY
$100.00
$10,000.00
2.0.04
Unsuitable
Material Removal,
Rock
. 100
CY
$185.00
$18,500.00
2.0.05
Import Suitable
Material
1075
CY
$50.00
•
$53,750.00
SECTION V
Page 16 of 28
Updated: 7/9/2025
SECTION V — Contract Documents
2.0.06
Dewatering,
Supplemental, < 6'
Depth
60
DAY
$800.00
$48,000.00
2.0.07
Dewatering,
Supplemental, <
6'40' Depth
30
DAY
$1,000.00
$30,000.00
2.0.08
Dewatering,
Supplemental,
<10'-12' Depth
15
DAY
$1,150.00
$17,250.00
2.0.09
Dewatering,
Supplemental,<.
12'-14' Depth
• 15
DAY
$1,250.00
$18,750.00.
2.0.10
Regular.•
Excavation
500
CY
$60.00
$30,000.00
2.0.11
Swale Excavation
150
CY
$75.00
$11,250.00
2.0.12
Channel
Excavation, Minor
100
CY
$120.00
$12,000.00
2.0.13
Channel
Excavation, Major .
100
CY
$185.00
$18,500.00
2.0.14
Swale Grading &
Profiling
•
500
SY
$42.00
$21,000.00
2.0.15
Channel Grading.
& Profiling, Minor
50
SY
$50.00
$2,500.00
2.0.16
Channel Grading
& Profiling, Major
150
SY
$65.00
$9,750.00
2.0.17
Upland Grading &
Profiling
1250
SY
$45.00
$56,250.00
2.0.18
Flowable Fill,
Backfill
10
CY
$985.00
$9,850.00
2.0.19
Flowable Fill /
Grout, Pipe
Abandonment
10
CY
$1,250.00
$12,500.00
2.1 Slope Stabilization
2.1.01
Plastic Erosion
Control Matting,
FDOT Type 1
25
SY
$25.00
• $625.00
SECTION V
Page 17 of 28
Updated: 7/9/2025
SECTION V — Contract Documents
2.1.02
'Plastic Erosion
Control Matting,
FDOT Type 2
25
SY
$25.00
$625.00
2.1.03
Plastic Erosion
Control Matting,
FDOT Type 3
25
SY
$25.00
$625.00
2.1.04
Erosion Control
Blanket, FDOT
25
SY
$25.00
$625.00
2.1.05
Riprap (Rubble)
(Ditch Lining) w/
Bedding Stone
100
TON
$348.00
$34,800.00
2.1.06
Gabion Baskets,
Initial Course
10
CY
$1,000.00
$10,000.00
2.1.07
Gabion Baskets,
Additional Course
10
CY
$800.00
$8,000.00
2.1.08
Gabion Baskets,
Passive Earth
Anchor, Furnish &
Install (_< 10 -feet)
5
EA
$2,500.00
$12,500.00
2.1.09
Gabion Baskets,
Passive Earth
Anchor, Additional
Footage
50
LF
$500.00
$25,000.00
2.1.10
Steel Sheet Piling,
_< 0.375 -inches, <_
20 -ft
55000
SF
$63.00
$3,465,000.00
2.1.11
Steel Sheet Piling,
<_ 0.375 -inches,
20 -ft < x <_ 50 -ft
5000
SF
$63.00
$315,000.00
2.1.12
Steel Sheet Piling,
_< 0.375 -inches, >
50 -ft
50000
SF
$68.00
$3,400,000.00
2.1.13
Steel Sheet Piling,
0.375 -inches < x <
0.5 -inches, <_ 20 -ft
5000
SF
$70.00
$350,000.00
SECTION V
Page 18 of 28
Updated: 7/9/2025
SECTION V — Contract Documents
2.1.14
Steel Sheet Piling,
0.375 -inches < x <
0.5 -inches, 20 -ft <
x 5_ 50 -ft
5000
SF
$75.00
$375,000.00
2.1.15
Steel Sheet Piling,
0.375 -inches < x <
0.5 -inches, > 50 -ft
5000
SF
$75.00
$375,000.00
2.1.16
Steel Sheet Piling,
Structural Steel
50000
LB$3.50
$175,000.00
2.1.17
Steel Sheet Piling,
Existing Wall
Connection
, 25
VF
$960.00
$24,000.00
2.1.18
Prestressed Soil
Anchors, FDOT,
Furnish & Install (5
20 -feet)
100
EA
$3,500.00
$350,000.00
2.1.19
Prestressed Soil
Anchors, FDOT,
Additional
Footage
500
LF
$100.00
$50,000.00
2.1.21
Concrete Cap,
Steel
Reinforcement
9500
LB
$3.50
$33,250.00
2.1.22
Pipe Penetration,
Erosion Control
Matting
5
EA
$1,000.00
$5,000.00
2.1.23
Pipe Penetration,
Steel Sheet Piling
5
EA
$3,000.00
. $15,000.00
2.1.24
Pipe Penetration,
Gabion Basket
5
EA
$2,500.00
$12,500.00
3.0 Drainage Pipe
Pipe Depth 5 6'
3.0.01
15" Reinforced
Concrete Pipe
(RCP)
10
LF
$185.00
$1,850.00
SECTION V
Page 19 of 28
Updated: 7/9/2025
SECTION V — Contract Documents
3.0.02
18" Reinforced
Concrete Pipe
(RCP)
10
LF
$240.00
$2,400.00
3.0.03
24" Reinforced
Concrete Pipe
(RCP)
10
•
LF
$320.00
$3,200.00
3.0.04
30" Reinforced
Concrete Pipe
(RCP)
10
LF
$405.00
$4,050.00
3.0.05
36" Reinforced
Concrete Pipe
(RCP)
• 10
LF
$525.00
$5,250.00
3.0.06
42" Reinforced
Concrete Pipe
(RCP)
10
LF
$625.00
$6,250.00
3.0.07
48" Reinforced
Concrete Pipe
(RCP)
10
LF
$720.00
$7,200.0Q
3.0.08
12" HDPE Pipe
Smooth Interior
10
LF
$150.00
$1,500.00
3.0.09
15" HDPE Pipe
Smooth Interior
10
LF
$200.00
. " $2,000.00
3.0.10
18" HDPE Pipe
Smooth Interior
10
LF
$240.00
$2,400.00
3.0.11
24" HDPE Pipe
Smooth Interior
10
LF
$385.00
$3,850.00
3.0.12
30" HDPE Pipe
Smooth Interior
10
LF
$500.00
$5,000.00
3.0.13
36" HDPE Pipe
Smooth Interior
10
LF
$685.00
$6,850.00
3.0.14
42" HDPE Pipe
Smooth Interior
10
LF
$725.00
$7,250.00
3.0.15.
48" HDPE Pipe
Smooth Interior
10
LF
$825.00
$8,250.00
SECTION V
Page 20 of 28
Updated: 7/9/2025
SECTION V — Contract Documents
3.0.16
Mitered End
Section, FDOT
Cross Drain, 15"
2
EA
$4,000.00
$8,000.00
3.0.17
Mitered End
Section, FDOT
Cross Drain, 18"
2
EA
$5,000.00
•
$10,000.00
3.0.18
Mitered End
Section, FDOT
Cross Drain, 24"
2
•
EA
$6,000.00
$12,000.00
3.0.19
Mitered End
Section, FDOT
Cross Drain, 30"
2
EA
$7,000.00
$14,000.00
3.0.20
Mitered End
Section, FDOT
Cross Drain, 36"
1
EA
$8,000.00
$8,000.00
3.0.21
Mitered End
Section, FDOT
Cross Drain, 42"
1
EA
$9,000.00
$9,000.00
3.0.22
Mitered End
Section, FDOT
Cross Drain, 48"
1
EA
$10,000.00
.
$10,000.00
3.0.23
City Standard Curb
Inlet (S.D. A-9)
10
EA
$7,000.00
$70,000.00
3.0.24
FDOT Type J -7T
M.H. (5x5)
10
EA
$5,500.00
$55,000.00
3.0.25
FDOT Type J -7T
M.H. (6x6)
10
EA
$6,500.00
$65,000.00
3.0.26
FDOT Type J -7T
M.H. (6x7)
10
EA
- $7,500.00
$75,000.00
3.0.27
FDOT Type "F"
D.B.I
10
EA
$5,500.00
$55,000.00
3.0.28
FDOT Type "C"
D.B.I
10
EA
$4,500.00
$45,000.00
3.0.29
FDOT Type "C"
D.B.I, Pond
Control Structure
1
EA
$5,500.00
$5,500.00
SECTION V
Page 21 of 28
Updated: 7/9/2025
SECTION V — Contract Documents
SECTION V
Page 22 of 28
Updated: 7/9/2025
w/ Fiberglass
Skimmer
.
3.0.30
FDOT Type "E"
D.B.I, Pond
Control Structure
w/ Fiberglass
Skimmer
1
EA
$6,500.00
$6,500.00
3.0.31
Remove & Dispose
Existing Pipe (All
Sizes)
10
LF
$50.00
$500.00
PIPE DEPTH > 6' _< 10'
3.1.01
15" Reinforced
Concrete Pipe
(RCP)
10
LF
$200.00
$2,000.00
3.1.02
18" Reinforced
Concrete Pipe
(RCP)
10
LF
$250.00
$2,500.00
3.1.03
24" Reinforced
Concrete Pipe
(RCP)
10
LF
$330.00
$3,300.00
3.1.04
30" Reinforced
Concrete Pipe
(RCP)
10
LF
$425.00
$4,250.00
3.1.05
36" Reinforced
Concrete Pipe
(RCP)
10
LF
•
$550.00
$5,500.00
3.1.06
42" Reinforced
Concrete Pipe
(RCP)
10
LF
$650.00
$6,500.00
3.1.07
48" Reinforced
Concrete Pipe
(RCP)
10
LF
$750.00
•
$7,500.00
3.1.08
12" HDPE Pipe
Smooth Interior
10
LF
$150.00
$1,500.00
SECTION V
Page 22 of 28
Updated: 7/9/2025
SECTION V — Contract Documents
3.1.09
15" HDPE Pipe
Smooth Interior
10
LF
$200.00
$2,000.00
3.1.10
18" HDPE Pipe
Smooth Interior
10
LF
$240.00
$2,400.00
3.1.11
24" HDPE Pipe
Smooth Interior
10
LF
$385.00
$3,850.00
3.1.12
30" HDPE Pipe
Smooth Interior
10
LF
$500.00
. $5,000.00
3.1.13
36" HDPE Pipe
Smooth Interior
10
LF
$685.00
$6,850.00
3.1.14
42" HDPE Pipe
Smooth Interior
10
LF
$750.00
$7,500.00
3.1.15
48" HDPE Pipe
Smooth Interior
10
LF
$825.00
$8,250.00
3.1.16
City Standard Curb
Inlet (S.D. A-9)
10
EA
$7,000.00
$70,000.00
3.1.17
FDOT Type J-7
M.H. (5x5)
10
EA
$6,000.00
$60,000.00
3.1.18
FDOT Type J-7
M.H. (6x6)
10
EA
$6,500.00
$65,000.00
3.1.19
FDOT Type J-7
M.H. (6x7)
10
EA
$7,500.00
.
$75,000.00
3.1.20
FDOT Type "F"
D.B.1
10
EA
$6,000.00
$60,000.00
3.1.21
FDOT Type "C"
D.B.I
10
EA
$5,500.00
$55,000.00
3.1.22
Remove & Dispose
Existing Pipe (All
Sizes)
10
LF
$50.00
$500.00
4.0 Paving & Marking and Milling/Paving
Paving and Marking
4.0.01
8" Roadway Base
(LBR 100)
10
SY
$65.00
$650.00
4.0.02
12" Stabilized
Subgrade (LBR 40)
10
SY
$65.00
$650.00
SECTION V
Page 23 of 28
Updated: 7/9/2025
SECTION V — Contract Documents
.4.0.03
Straight Curb
10
LF
$135.00
$1,350.00
4.0.04
Header Curb
10
LF
$155.00
$1,550.00
4.0.05
City. Modified .
Curb
•
• 10
LF
$105.00
$1,050.00
4.0.06
City Type l Curb
10
LF
$125.00
$1,250.00
4.0.07
Valley Gutter Curb
10
LF
$135.00
$1,350.00
4.0.08
R&R 6" Concrete
Sidewalk
10
SF
$100.00
$1,000.00
4.0.09
R&R Concrete
Driveway
Restoration
10
SF
$100.00
$1,000.00
4.0.10
Pedestrian Ramps
w/ Detectable
Warning •
10
EA
$2,850.00
$28,500.00
4.0.11
Remove and
Replace Curbs
10
LF
$250.00
$2,500.00
Milling/Paving •
4.1.01
Milling (up to 2")
(includes disposal
at non -city facility)
10
SY
$1,285.00
$12;850.00
4.1.02
Milling (2"-4")
(includes disposal
at non -city facility)
. 10
.
SY
$1,285.00
$12,850.00
4.1.03
Superpave Asphalt
Concrete, Type SP
12.5
10
TN
$1,250.00
$12,50.0.00
4.1.04
Superpave Asphalt
Concrete, Type SP
9.5
10
TN
$1,250.00
$12,500.00
5.0 Landscaping and Restoration (includes disposal at non -city facility)
5.0.01
Tree Removal (0"-
12" Diameter)
10
EA
$1,250.00
$12,500.00
5.0.02
Tree Removal
(13"-24"
Diameter).
10
EA
$1,850.00
$18,500.00
SECTION V
Page 24 of 28
Updated: 7/9/2025
SECTION V — Contract Documents
5.0.03
Tree Removal
(25"-48"
Diameter)
10
EA
$3,850.00
$38,500.00
5.0.04
Tree Removal
(Greater than 48"
Diameter)
10
EA
$5,650.00
$56,500.00
5.0.05
Tree Barricade
10
LF
$55.00
$550.00
5.0.06
Root Pruning
10
LF
$45.00
$450.00
5.0.07
Tree Planting and
Watering (furnish
tree/bag and
install/fill bag 1x)
(2"-4" caliper -
Native Species)
10
EA
$325.00
$3,250.00
5.0.08
Tree Planting and
Watering (furnish
tree/bag and
install/fill bag 1x)•
(5"-6" caliper -
Native Species)
10
EA
$485.00
$4,850.00
5.1 Performance Turf
5.01.01
Bahia
1500
SY
$6.00
$9,000.00
5.1.02
Bahia, Staked
500
SY
$7.00
$3,500.00
5,1.03
St. Augustine
10
SY
$16.00
$160.00
5.1.04
St. Augustine,
Staked
10
SY •
$20.00
$200.00
5.1.05
Seed Blend
10
SY
$20.00
$200.00
6.0 Emergency Debris Removal
6.0.01
Mobilization
(Baseline rate
$5000 enter
$5,000 for unit
cost)
1
EA
$5,000.00
$5,000.00
6.0.02
Pickup with hand
tools
10
HR -
$100.00
$1,000.00
SECTION V
Page 25 of 28
Updated; 7/9/2025
SECTION V—Contract Documents
6.0.03
10 wheel dump
truck with driver
10
HR
$375.00
$3,750.00
6.0.04
Loader (938 or
Similar)
10
HR
$305.00
$3,050.00
6.0.05
Skid Steer
(Operator not
included)
10
HR
$165.00
$1,650.00
6.0.06
D-3 Bulldozer
(Operator not
included)
10
HR•
$325.00
$3,250.00
6.0.07
Operator - All
Equipment
10
HR
$80.00
$800.00
6.0.08
Back Hoe
(Operator not
included)
10
HR
$195.00
$1,950.00
6.0.09
Supervisor
10
HR
$115.00
$1,150.00
6.0.10
Laborer
10
HR
$64.00
$640.00
6.0.11
Debris Disposal
10
CY
$80.00
$800.00
6.0.12
Alternative Debris
Disposal
10
TN
$90.00
$900.00
6.0.13
Grapple Truck -Self
Loading (includes
Driver)
10
CY
$125.00
$1,250.00
Total
$10,986,300.00
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.
TIIE 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 26 of 28 Updated: 7/9/2025
SCRUTINIZED COMPANIES FORMS
SCRUTINIZED. COMPANIES AND BUSINESS OPERATIONS WITH
CUBA AND. SYRIA CERTIFICATION FORM
IF YOUR BID/PROPOSAL IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND
SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS 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 Pelroleum Energy Sector List, or engaging in business
operations in Cuba and Syria: and
2. The vendor, company, individual, principal, subsidiary, affiliate, or owner. is eligible to participate in this
solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized.
Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and
Syria; and
3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce
in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling,
possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real
property, military equipment, or any other apparatus of business or commerce; and
4. If awarded the Contract (or Agreement), the vendor, company, Individual, principal, subsidiary, affiliate,
or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of
its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies
with Activities in the Iran Petroleum Sector List, or engaged in business o. atiorrS jix a-a.d Syria.
STATE OF Florida
COUNTY OF Pinellas
utho "zed%Sidnatufe-�'
Lucas L. Pappas
Printed Name
Managing Member
Title
Southern Road & Bridge, LLC
Name of Entity/Corporation
The foregoing instrument was acknowledged before me by means of El physical presence or 0 online
notarization ori, this 9th day of February , 2026 , by Lucas L. Pappas
(name of person whose signature is being notarized) as the Managing Member
Southern Road & Bridge, LLC (name qf corporation/entity), personally own V , or
produced N/A (type o ide tification) as identific isn, and w o .id/did not take
an oath.
(title) of
My Commission Expires; 03/11/2028
NOTARY SEAL ABOVE
No ary Public
Kgtenna Constas
Pkinted 'Name
R ' ani KATERINACONSTAS
MYCOMMISSION#HH480028
EXPIRES: March 1f 2028
SCRUTINIZED COMPANIES FORMS
SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM
THIS FORM'MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL.
FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL
NONRESPONSIVE.
The affiant, by virtue of the signature below, certifies that:
1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements
of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott
Israel List, or engaged in a boycott of Israel; and
2. The vendor, company, individual; principal, subsidiary, affiliate, or owner is eligible to participate in this
solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a
boycott of Israel; and
3. "Boycott Israel' or "boycott of Israel' means refusing to deal, terminating business activities, or taking
other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or
in Israeli -controlled territories, in a discriminatory manner. A statement by a company that it is
participating in a boycott of Israel, br that it has initiated a boycott in response to a request for a boycott
of Israel or in compliance with, or in furtherance of, calls for a boycott of'Israel, may be considered as
evidence that a company is participating in a boycott of Israel; and
4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate,
or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days
after any of its principals are placed on the Scrutinized Companies that Boycott lsrael List, or engaged
in a boycott of Israel.
uthoriz�igtia ure`
ucas L. Pappas
Printed Name
Managing Member
Title
Southern Road & Bridge, LLC
Name of Entity/C.orporation
STATE OF Florida
COUNTY OF Pinellas
The foregoing instrument was acknowledged before me by means of El physical presence or 0 online
notarization on, this 9th day of February 20 26 , by Lucas L. Pappas
(name of person whose signature is being notarized)) as the Managing Member (title) of
Southern Road & Bridge, LLC (.me f corporation/entit ,); personally kndyyr�n V/ , or
produced N/A (ty o • id ' tification) as identifca'on, and ho .id/did not take
C__--- litlat j4 iM
lej
an oath.
My Commission Expires: 03/11/2028
NOTARY SEAL ABOVE
1 otary'u:'ic
aterina .Constas
rinted Name
;g!N KATERINACONSTAS
f*itr. ._ MY CQMMISSION # HH 480028
,;5%aF4, o;;. EXPIRES: March 11, 2028
Compliance with Anti -Human Trafficking Laws
Pursuant to Section 787.06 (13), Florida Statutes, this form must be completed by an officer or
representative of a non-governmental entity when a contract is executed, renewed, or extended
between the non-governmental entity and the City of Clearwater.
The undersigned, on behalf of the entity listed below ("Entity"), hereby attests under penalty of
perjury that:
Entity does not use coercion for labor or services as defined in Section 787.06, Florida Statutes.
The undersigned is authorized to execute this form on behalf of Entit
Date: February 9th , 2026 Signed:
Entity: Southern Road & Bridge, LLC
Nam as L. P"appa
Title: Managing Member
City of Clearwater
Public Works
Marcus Williamson, Department Director
100 South Myrtle Avenue, Clearwater, FL 33756
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope Stabilization
RESPONSE DEADLINE: February 10, 2026 at 2:00 pm
Report Generated: Wednesday, February 11, 2026
Southern Road & Bridge LLC Response
CONTACT INFORMATION
Company:
Southern Road & Bridge LLC
Email:
prequal@southernrb.com
Contact:
LUCAS PAPPAS
Address:
2997 Alt 19, Suite B
PALM HARBOR, FL 34683
Phone:
N/A
Website:
www.southernrb,com
Submission Date:
Feb 10, 2026 12:48 PM (Eastern Time)
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope Stabilization
ADDENDA CONFIRMATION
Addendum #1
Confirmed Feb 9, 2026 8:35 AM by LUCAS PAPPAS
Addendum #2
Confirmed Feb 9, 2026 8:34 AM by LUCAS PAPPAS
Addendum #3
Confirmed Feb 9, 2026 8:34 AM by LUCAS PAPPAS
Addendum #44
Confirmed Feb 9, 2026 8:34 AM by LUCAS PAPPAS
QUESTIONNAIRE
1. Certified Business*
Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise?
No
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.
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
Invitation To Bid -Slope Stabilization
Page 2
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope Stabilization
D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential
vendors or any other anti-competitive practices.
E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who
has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor
has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the
award of this contract.
F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted
by the Vendor, for internal use in evaluating respondent's offer, or in response to a public records request under Florida's public
records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to
change or delete any copyright or proprietary notices.
G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply
with, all federal, state, and local laws, rules, regulations, and executive orders.
H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded,
or disqualified from participation in this matter from any federal, state, or local agency.
I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and
executive orders if awarded by the City.
J. It is current in all obligations due to the City.
K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City.
L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers
and enter into contracts for the commodities or services as specified herein.
Confirmed
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.
[SOUTHERN ROAD & BRIDGE [IC] RESPONSE DOCUMENT REPORT
Invitation To Bid - Slope Stabilization
Page 3
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope Stabilization
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.
Confirmed
4. Scrutinized, Company Certification*
Please download the below documents, complete, notarize, and upload.
• SCRUTINIZED COMPANIES AND B..,
26-0006_EN_SCRUTINIZED_COMPANIES_ AN D_BUSINESS_OPERATIONS_CERTIFICATION_(7)= _FILLED_IN_&_SIGNED.pdf
5. Compliance with Anti -Human Trafficking Laws*
Please download the below documents, complete, and upload.
• Compliance with 787.06 form...
[SOUTHERN ROAD & BRIDGE LLCI RESPONSE DOCUMENT REPORT
Invitation To Bid - Slope Stabilization
Page 4
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope Stabilization
26-006_EN_Compliance_with_787.06_form _(4)= _FILLED_IN_&_SIGNED.pdf
6. Section V - Contract Documents*
Please download the below documents, complete, and upload.
• Section V - Contract Docume...
26-006_EN_Section_V= _Contract_Documents= _FILLED_IN_&_SIGN ED.pdf
7. W-9*
Upload your current W-9 form. (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf)
2025= _SRB_W9_Form.pdf
PRICE TABLES,
SLOPE STABILIZATION
Line Item D crip e °' `' • ua 9El I easure
-fiatst '! Total
101 Mobilization and Site Preparation
1.01.01
Mobilization, General (Baseline rate $5000 enter $5,000 for unit cost)
1
EA
$5,000.00
$5,000.00
102 Maintenance ofTraffic:` -= `
1.02.01
MOT, Erect -Maintain -Remove, Arterial Road
10
EA
$2,500.00
$25,000.00
1.02.02
MOT, Erect -Maintain -Remove, Local Road
10
EA
$2,500.00
$25,000.00
1.02.03
MOT, Supplemental Item, VMB
10
EA/DAY
$200.00
$2,000.00
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
Invitation To Bid -Slope Stabilization
Page 5
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope Stabilization
Line Item ,
1.02.04
` - "r < Descriptioln , "� .,: • �;
Q , .�
.nit"of hl�easure-
, Unit st
Total
$5,000.00
MOT, Supplemental Item, Type K Barrier
100
LF/DAY
$50.00
1.02.05
MOT, Supplemental Item, Low Profile Barrier
100
LF/DAY
$50.00
$5,000.00
103.'.Erosion'and Sediment Control
1.03.01
Silt Fence
10
LF
$15.00
$150.00
1.03:02
Inlet Protection
10
EA
$220.00
$2,200.00
1.03.03
Turbidity Barrier
10
EA
$500.00
$5,000.00
1.03.04
Soil Tracking
10
EA
$3,800.00
$38,000.00
104 Misc Services.
1.04.01
Pre -Construction Video Services
5
EA
$500.00
$2,500.00
1.04.02
Post -Installation Pipe / Structure Televising
5
DAY
$500.00
$2,500.00
1.04.03
Vibration. Monitoring
30
STRUCTURE/DAY
$465.00
$13,950.00
1.04.04
Engineering Design Services
20,000
EA
$1.00
$20,000.00
1.04.05
Geotechnical investigation, Material Testing, Allowance
10,000
EA
$1.00
$10,000.00
2.,6 Earthyrork„,
2.0.01
Demolition / Clearing & Grubbing
5
AC
$32,500.00
$162,500.00.
2.0.02
Unsuitable Material Removal, Muck / Organic Material
100
CY
$100.00
$10,000.00
2.0.03
Unsuitable Material Removal, Clay
100
CY
$100.00
$10,000.00
SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
Invitation To Bid - Slope Stabilization
Page 6
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope. Stabilization
Line item
. crip`tionk� ° ,.
[tc►i�easure
CY
I
$185.00
Total
$18,500.00
Q
At,2.0.04
100
Unsuitable Material Removal, Rock
2.0.05
Import Suitable Material
1,075
CY
$50.00
$53,750.00
2.0.06
Dewatering, Supplemental, < 6' Depth
60
DAY
$800.00
$48,000.00
2.0.07
Dewatering, Supplemental, < 6'-10' Depth
30
DAY
$1,000.00
$30,000.00
2.0.08
Dewatering, Supplemental, <10'-12' Depth
15
DAY
$1,150.00
$17,250.00
2.0.09
Dewatering, Supplemental, < 12'-14' Depth
15
DAY
$1,250.00
$18,750.00
2.0.10
Regular Excavation
500
CY
$60.00
$30,000.00
2.0.11
Swale Excavation
150
CY
$75.00
$11,250.00
2.0.12
Channel Excavation, Minor
100
CY
$120.00
$12,000.00
2.0.13
Channel Excavation, Major
100
CY
$185.00
$18,500.00
2.0.14
Swale Grading & Profiling
500
SY
$42.00
$21,000.00
2.0.15
Channel Grading & Profiling, Minor
50
SY
$50.00
$2,500.00
2.0.16
Channel Grading & Profiling, Major
150
SY
$65.00
$9,750.00
2.0.17
Upland Grading & Profiling
1,250
SY
$45.00
$56,250.00
2.0.18
Flowable Fill, Backfill
10
CY
$985.00
$9,850.00
2.0.19
Flowable Fill / Grout, Pipe Abandonment
10
CY
$1,250.00
$12,500.00
21 Slope Stabilization
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
Invitation To Bid - Slope Stabilization
Page 7
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope. Stabilization
Line Item
.b » Description ,; m,z. �'T:,.;� -
.®u nti
, nitoaasue
.Fein ost .
Total
2.1.01
Plastic Erosion Control Matting, FDOT Type 1
25
SY
$25.00
$625.00
2.1.02
Plastic Erosion Control Matting, FDOT Type 2
25
SY
$25.00
$625.00
2.1.03
Plastic Erosion Control Matting, FDOT Type 3
25
SY
$25.00
$625.00
2.1.04
Erosion Control Blanket, FDOT
25
SY
$25.00
$625.00
2.1.05
Riprap (Rubble) (Ditch Lining) w/ Bedding Stone
100
TON
$348.00
$34,800.00
2.1.06
Gabion Baskets, Initial Course
10
CY
$1,000.00
$10,000.00
2.1.07
Gabion Baskets, Additional Course
10
CY
$800.00
$8,000.00
2.1.08
Gabion Baskets, Passive Earth Anchor, Furnish & Install (510 -feet)
5
EA
$2,500.00
$12,500.00
2.1.09
Gabion Baskets, Passive Earth Anchor, Additional Footage
50
LF
$500.00
$25,000.00
2.1.10
Steel Sheet Piling, 5 D.375 -inches, 5 20 -ft
55,000
SF
$63.00
$3,465,000.00
2.1.11
Steel Sheet Piling, 5 D.375 -inches, 20 -ft < x 5 50 -ft
5,000
SF
$63.00
$315,000.00
2.1.12
Steel Sheet Piling, 5 0.375 -inches, > 50 -ft
50,000
SF
$68.00
$3,400;000.00
2.1.13
Steel Sheet Piling, 0.375 -inches <x < 0.5 -inches, S 20 -ft
5,000
SF
$70.00
$350,000.00
2.1.14
Steel Sheet Piling, 0.375 -inches < x < 0.5 -inches, 20 -ft < x S 50 -ft
5,000
SF
$75.00
$375,000.00
2.1.15
Steel Sheet Piling, 0.375 -inches < x < 0.5 -inches, > 50 -ft
5,000
SF
575.00
$375,000.00
2.1.16
Steel Sheet Piling, Structural Steel
50,000
LB
$3.50
$175,000.00
2.1.17
Steel Sheet Piling, Existing Wall Connection
25
VF
$960.00
$24,000.00
SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
Invitation To Bid - Slope Stabilization
Page 8
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope Stabilization
Line Item
2.1.18
fi
100
asft`.
EA
$3,500.00
Total
$350,000.00
,_.. ti '..,. ° s tion •�„`'Oa
Prestressed Soil Anchors, FDOT, Furnish & Install (< 20 -feet)
2.1.19
Prestressed Soil Anchors, FDOT, Additional Footage
500
LF
$100.00
$50,000.00
2.1.21
Concrete Cap, Steel Reinforcement
9,500
LB
$3.50
$33,250.00
2.1.22
Pipe Penetration, Erosion Control Matting
5
EA
$1,000.00
$5,000.00
2.1.23
Pipe Penetration, Steel Sheet Piling
5
EA
$3,000.00
$15,000.00
2.1.24
Pipe Penetration, Gabion Basket
5
EA
$2,500.00
$12,500.00
3 0 Drainage pipe
Pipe Depths 6'
3.0.01
15" Reinforced Concrete Pipe (RCP)
10
LF
$185.00
$1,850.00
3.0.02
18" Reinforced Concrete Pipe (RCP)
10
LF
$240.00
$2,400.00
3.0.03
24" Reinforced Concrete Pipe (RCP)
10
LF
$320.00
$3,200.00
3.0.04
30" Reinforced Concrete Pipe (RCP)
10
LF
$405.00
$4,050.00
3.0.05
36" Reinforced Concrete Pipe (RCP)
10
LF
$525.00
$5,250.00
3.0.06
42" Reinforced Concrete Pipe (RCP)
10
LF
$625.00
$6,250.00
3.0.07
48" Reinforced Concrete Pipe (RCP)
10
LF
$720.00
$7,200.00
3.0.08
12" HDPE Pipe Smooth Interior
10
LF
$150.00
$1,500.00
3.0.09
15" HDPE Pipe Smooth Interior
10
LF
$200.00
$2,000.00
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
Invitation To Bid - Slope Stabilization
Page 9
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope Stabilization
Line Item
10:10
x R `D crip o °`
18" HDPE Pipe Smooth Interior
u
10
i. ease
LF
�;IJ r *ast
$240.00
Total
$2,400.00
3.0.11
24" HDPE Pipe Smooth Interior
10
LF
$385.00
$3,850.00
3:0.12
30" HDPE Pipe Smooth Interior
10
LF
$500.00
$5,000.00
3:0.13
36" HDPE Pipe Smooth Interior
10
LF
$685.00
$6,850.00
3.0.14
42" HDPE Pipe Smooth Interior
10
LF
$725.00
$7,250:00
3.0;15
48" HDPE Pipe Smooth Interior
10
LF
$825.00
$8,250.00
3.0.16
Mitered End Section, FDOT Cross Drain, 15"
2
EA
$4,000.00
$8,000.00
3.0.17
Mitered End Section, FDOT Cross Drain, 18"'
2
EA
$5,000.00
$10,000.00
3:0.18
Mitered End Section, FOOT Cross Drain, 24"
2
EA
$6,000.00
$12,000.00
3.0.19
Mitered End Section, FOOT Cross Drain, 30"
2
EA
$7,000.00
$14,000.00
3.0.20
Mitered End Section, FDOT Cross Drain, 36"
1
EA
$8,000.00
$8,000.00
3.0.21
Mitered End Section, FOOT Cross Drain, 42"
1
EA
$9,000.00
$9,000.00
3.0.22
Mitered End Section, FOOT Cross Drain, 48"
1
EA
$10,000.00
$10,000.00
3.0.23
City Standard Curb Inlet (S.D. A-9)
10
EA
$7,000.00
$70,000.00
3.0.24
FDOT Type J -7T M.H. (5x5)
10
EA
$5,500.00
$55,000.00
3.0.25
FDOT Type J -7T M.H. (6x6)
10
EA
$6,500.00
$65,000.00
3.0:26
FDOT Type J -7T M.H. (6x7)
10
EA
$7,500.00
$75,000.00
[SOUTHERN ROAD & BRIDGE LLCI RESPONSE DOCUMENT REPORT
Invitation To Bid - Slope Stabilization
Page. 10
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope Stabilization
Line Item
3.0.27
". � 'c'eS Pin ;, ,
a ti,,
° iGof: easUk@.
st"°
i15G
Total
FDOTType "F" D.B.I
10
EA
$5,500.00
$55,000.00
3.0.28
FDOTType "C" D.B.I
10
EA
$4,500.00
$45,000.00
3.0.29
FDOTType "C" D.B.I, Pond Control Structure w/ Fiberglass Skimmer
1
EA
$5,500.00
$5,500.00
3.0.30
FDOT Type "E" D.B.I, Pond Control Structure w/ Fiberglass Skimmer
1
EA
$6,500.00
$6,500.00
3.0.31
Remove & Dispose Existing Pipe (All Sizes)
10
LF
$50.00
$500.00
PIPE DEPTH><6''S°10''
3.1.01
15" Reinforced Concrete Pipe (RCP)
10
LF
$200.00
$2,000.00
3.1.02
18" Reinforced Concrete Pipe (RCP)
10
LE
$250.00
$2,500.00
3.1.03
24" Reinforced Concrete Pipe (RCP)
10
LF
$330.00
$3,300.00
3.1.04
30" Reinforced Concrete Pipe (RCP)
10
LF
$425.00
$4,250.00
3.1.05
36" Reinforced Concrete Pipe (RCP)
10
LF
$550.00
$5,500.00
3.1.06
42" Reinforced Concrete Pipe (RCP)
10
LF
$650.00
$6,500.00
3.1.07
48" Reinforced Concrete Pipe (RCP)
10
LF
$750.00
$7,500.00
3.1.08
12" HDPE Pipe Smooth Interior
10
LF
$150.00
$1,500.00
3.1.09
15" HDPE Pipe Smooth Interior
10
LF
$200.00
$2,000.00
3.1.10
18" HDPE Pipe Smooth Interior
10
LF
$240.00
$2,400.00
3.1.11
24" HDPE Pipe Smooth Interior
10
LF
$385.00
$3,850.00
SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
Invitation To Bid -Slope Stabilization
Page 11
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope Stabilization
Line Item
3.1.12
�� ��`<� .° ���'.. t:
�.
" `'3 °esc ip i9n ' .
R3 A u
. .{
j asiir
"Un ost',
$500.00
° Total
$5,000.00
30" HDPE Pipe Smooth Interior
10
LF
3.1.13
36" HDPE Pipe Smooth Interior
10
LF
$685.00
$6,850.00
3.1.14
42" HDPE Pipe Smooth Interior
10
LF
$750.00
$7,500.00
3.1.15
48" HDPE Pipe Smooth Interior
10
LF
$825.00
$8,250.00
3.1.16
City Standard Curb Inlet (S.D. A-9)
10
EA
$7,000.00
$70,000.00
3.1.17
FDOT Type J-7 M.H. (5x5)
10
EA
$6,000.00
$60,000.00
3.1.18
FDOT Type J-7 M.H. (6x6)
10
EA
$6,500.00
$65,000.00
3.1.19
FDOT Type J-7 M.H. (6x7)
10
EA
$7,500.00
$75,000.00
3.1.20
FDOT Type "F" D.B.I
10
EA
$6,000.00
$60,000.00
3.1.21
FDOT Type "C" D.B.I
10
EA
$5,500.00
$55,000.00
3.1.22
Remove & Dispose Existing Pipe (All Sizes)
10
LF
$50.00
$500.00
4•0 Pavingx& Marking and Milling/Paving
Paving and Marking
4.0.01
8" Roadway Base (LBR 100)
10
SY
$65.00
$650.00
4.0.02
12" Stabilized Subgrade (LBR 40)'
10
SY
$65.00
$650.00
4.0.03
Straight Curb
10
LF
$135.00
$1,350.00
4.0.04
Header Curb
10
LF
$155.00
$1,550.00
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
Invitation To Bid - Slope Stabilization
Page 12
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope Stabilization
Line Item i
� __ escNption _..
City Modified Curb
y 4� 1! �
10
�niti a
LF
n�� ostF ;
$105.00
° Total
$1,050.00
4.0.05
4.0.06
City Type I Curb
10
LF
$125.00
$1,250.00
4.0.07
Valley Gutter Curb
10
LF
$135.D0
$1,350.00
4.0.08
R&R 6" Concrete Sidewalk
10
SF
$100.00
$1,000.00
4.0.09
R&R Concrete Driveway Restoration
10
SF
$100.00
$1,000.00
4.0.10
Pedestrian Ramps w/ Detectable Warning
10
EA
$2,850.00
$28,500.00
4.0.11
Remove and Replace Curbs
10
LF
$250.00
$2,500.00
Milling/Paving
4.1.01
Milling (up to 2") (includes disposal at non -city facility)
10
SY
$1,285.00
$12,850.00
4.1.02
Milling (2"-4") (includes disposal at non -city facility)
10
SY
$1,285.00
$12,850.00
4.1.03
Superpave Asphalt Concrete, Type SP 12.5
10
TN
$1,250.00
$12,500.00
4.1.04
Superpave Asphalt Concrete, Type SP 9.5
10
TN
$1,250.00
$12,500.00
5 0 L`andsca in and Restoration(includes disposal at non-ci facility) .:.,
P BP tY
5.0.01
Tree Removal (0"-12" Diameter)
10
EA
$1,250.00
$12,500.00
5.0.02
Tree Removal (13"-24" Diameter)
10
EA
$1,850.00
$18,500.00
5.0.03
Tree Removal (25"-48" Diameter)
10
EA
$3,850.00
$38,500.00
5.0.04
Tree Removal (Greater than 48" Diameter)
10
EA
$5,650.00
$56,500.00
SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
Invitation To Bid - Slope Stabilization
Page 13
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope Stabilization
Line Item
5.0.05
- `DeSc ption _ n� ` a _
. t . _b
Tree Barricade
e ntity
,tis : f_.
nit,0 Mediure
S v.:.1, *4 _
d Cost -„
$55.00
Total
$550.00
10
LF
5.0.06
Root Pruning
10
LF
$45.00
$450.00
5.0.07
Tree Planting and Watering (furnish tree/bag and install/fill bag 1x) (2"-4"
caliper -Native Species)
10
EA
$325.00
$3,250.00
5.0.08
Tree Planting and Watering (furnish tree/bag and install/fill bag 1x) (5"-6"
caliper -Native Species)
10
EA
$485.00
$4,850.00
5:1' Performance Turf _
5.01.01
Bahia
1,500
SY
$6.00
$9,000.00
5.1.02
Bahia, Staked
500
SY
$7.00
$3,500.00
5.1.03
St. Augustine
10
SY
$16.00
$160.00
5.1.04
St. Augustine, Staked
10
SY
$20.00
$200.00
5.1.05
Seed Blend
10
SY
$20.00
$200.00
6.0 Emergency Debris. Removal.' ='
6.0.01
Mobilization (Baseline rate $5000 enter $5,000 for unit cost)
1
EA
$5,000.00
$5,000.00
6.0.02
Pickup with hand tools
10
HR
$100.00
$1,000.00
6.0.03
10 wheel dump truck with driver
10
HR
$375.00
$3,750.00
6.0.04
Loader (938 or Similar)
10
HR
$305.00
$3,050.00
6.0.05
Skid Steer (Operator not included)
10
HR
$165.00
$1,650.00
SOUTHERN ROAD& BRIDGE LLC] RESPONSE DOCUMENT REPORT
Invitation To Bid - Slope Stabilization
Page 14
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
ITB No. 26 -0006 -EN
Slope Stabilization
Item
r " i '
Descrption
QuaOti
Total
ol
, _
nitfasur
est
6.0.06
D-3 Bulldozer (Operator not included)
10
HR
$325.00
$3,250.00
6.0.07
Operator - All Equipment
10
HR
$80.00
$800.00
6.0.08
Back Hoe (Operator not included)
10
HR
$195.00
$1,950.00
6.0.09
Supervisor
10
HR
$115.00
$1,150.00
6.0.10
Laborer
10
HR
$64.00
$640.00
6.0.11
Debris Disposal
10
CY
$80.00
$800.00
6.0.12
Alternative Debris Disposal
10
TN
$90.00
$900.00
6.0.13
Grapple Truck -Self Loading (includes Driver)
10
CY
$125.00
$1,250.00
TOTAL
$10,986;300.00
[SOUTHERN ROAD & BRIDGE LLC] RESPONSE DOCUMENT REPORT
Invitation To Bid - Slope Stabilization
Page 15
tintact]
lit eAe Ci
specialty
solutions
Atlantic Specialty Insurance Company
Period Ended 12,3112024
Dollars displayed in thousands
Admitted Assets
Imsstments:
Bonds $ 2,894,091
Preferred Stocks
Common Stooks 987,702
Mortgage Loans
Real Estate
Contract Loans
Dedtatiwes
Cash, Cash Equivalents & Short Term investments 363,175
Other Itnestmanls 36,178
Total Cash &Invcstrnosts 4,301,149
Premiums and Considerations Due
Reinsurance Recoverable
Resolvable horn Parent, Subsidiary orAdillales
All Other Admitted Assets
350,792
60,063
11,764
94,008
Total Admitted Assets 4,917,7761
State of Minnesota
County of Hennepin
Liabilities and Surplus
Llebllides
Loss Reserves $ 1,264,902
Loss Adjustment Expense Resenes 423,323
Total Loss & LAE Reserves 1,668,125
Unearned Premium Resene
Total Reinsurance Liabilities
Commissions, Other Expenses, and Taxes due
Derivathcs
Payable to Patent, SLbs or Affiliates
All Other Liabilities
Total Liabilities
Capital and Surplus
Common Capital Stock
Preferred Capital Stack
Surplus Notes
Unassigned Surplus
Other Including Gross Contributed
Capital & Surplus
811,551
64,571
75,922
9,001
476,697
570,764
1,056,492
Total Liabilities and C&S 4,617,776
I, Kara Barrow, Secretary of Atlantic Specialty Insurance Company do hereby certify that
the foregoing statement is a correct exhibit of the assets and liabilities of the said
Company, on the 3151 day of December, 2024, according to the best of my information,
knowledge and belief.
Secretary
Subscribed and sworn to, before me, a Notary Public of the State of Minnesota on this
10th day of March, 2025.
KERRI RIECHERS
NOTARY PUBLIC
MINNESOTA
• My Commission Exprres Jen, 31, 2030
• X71.
Notary Public
Form W-9
(Rev. March 2024)
Department of the Treasury
Internal Revenue Service
Request for Taxpayer
Identification Number and Certification
Go to www.bs.gov/FormW9 for instructions and the latest information.
Give form to the
requester. Do not
send to the IRS.
Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below.
Print or type.
See Specific Instructions on page 3.
1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded
entity's name on line 2.)
Southern Road & Bridge, LLC
2 Business name/disregarded entity name, if different from above.
3a Check the appropriate box for federal tax classification of the entity/Individual whose name is entered on line 1. Check
only one of the following seven boxes.
4 Exemptions (codes apply only to
certain entities, not individuals;
see instructions on page 3):
Exempt payee code (if any)
• Individual/sole proprietor • C corporation El S corporation • Partnership . Trust/estate
. . S
12 LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . .
Note: Check the "LLC" box above and, in the entry space, enter the appropriate code (0, S, or P)
classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check
box for the tax classification of its owner.
for the tax
the appropriate
Exemption from Foreign Account Tax
Compliance Act (FATCA) reporting
code (if any)
• Other (see instructions)
36 If on line 3a you checked "Partnership" or "Trust/estate," or checked "LLC" and entered "P" as Its tax
and you are providing this form to a partnership, trust, or estate in which you have an ownership interest,
this box if you have any foreign partners, owners, or beneficiaries. See instructions
classification,
check
(Applies to accounts maintained
pP
outside the United States)
.
5 Address (number, street, and apt. or suite no.). See instructions.
2997 Alt. 19, Suite B
Requester's name and address (optional)
'6 City, state, and ZIP code
Palm Harbor, FL 34683
7 List account number(s) here (optional)
rerial
Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. The.TIN providedmust 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
77N, 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.
Social secu ity number
or
Employer identification number
4
6
1
1
8
7
4
2
3
Part 11
Certification
Under penalties of•perjury, I certify that
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. I am not subject to backup withholding because (a) 1 am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (iRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that 1 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 (IRA), and, generally, payments
other than interest and dividends, you are riot-5.eguiredso sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later.
Sign Signature of
Here U.S. person `~=-��`_-__/ M1 Date 1/6/2025
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments. For the latest information about developments
related to Form W=9 and its instructions, such as legislation enacted
after they, were published, go to www.irs.gov/FormW9.
What's New
Line 3a has been modified to clarify how a disregarded entity completes
this line. An LLC that is a disregarded entity should check the
appropriate box for the tax classification of its owner. Otherwise, it
should check the "LLC" box and enter its appropriate tax classification.
New line 3b has been added to this form. A flow-through entity is
required to complete this line to indicate that it has direct or indirect
foreign partners, owners, or beneficiaries when it provides the Form W-9
to another flow-through entity in which it has an ownership interest. This
change is intended to provide a flow-through entity with information
regarding the status of its indirect foreign partners, owners, or
beneficiaries, so that it can satisfy any applicable reporting
requirements. For example, a partnership that has any Indirect foreign
partners may be required to complete Schedules K-2 and K-3. See the
Partnership Instructions for Schedules K-2 and K-3 (Form 1065).
Purpose of Form
An individual or entity (Form W-9 requester) who Is required to file an
Information retum with the IRS is giving you this form because they
Cat. No.10231X
Form W-9 (Rev. 3-2024)