Loading...
SLOPE STABILIZATION - 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 Southern Road & Bridge, LLC Principal Name 2997 Alt 19, Suite B Palm Harbor, FL 34683 Principal Business Address Principal Phone Number SURETY OWNER [name] Atlantic Specialty Insurance CompanyClty of Clearwater Principal Name [Address Line ljSoiuite 800,169 North, [Address Line 21 Plymouth, MN, 55441 Principal Business Address [phone number] (614)562-4638 Principal Phone Number PROJECT NAME: Slope Stabilization PROJECT NO.: 26 -0006 -EN Public Works PO Box 4748 Clearwater FL 33758-4748 (727) 562-4750 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: Co .orate _ c. tary or Witness Print Name:1N1L\O ("Pk nos S 4. Southern Road & Bridge, LC AP' By: ___dd t'_ Title: ,o it ^ f Print Na -4� . • . L o WITNESS: Atlantic Specialty Insurance Company (Corporate Sure ) By: ATTORNEY-IN-FACT 0,011111 I,sie Print Name: Keith A. Miller .,, 1 t , , • (affix corporate seal) • ,` .1. . '3 (Power of Attorney must be atta&hed(f. • \ ., SS ,� m ; t 1 ` ; J ....lIIB1o��. SECTION V Page 3 of 28 Updated: 7/9/2025 intact 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 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 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 to be signed by an Authorized Officer and the seal of the Company to be affixed this first day of January, 2023. !t,t INS ,, ?0SQ11 GFPRgT�;� EAL; 1986 ••;o By STATE OF MINNESOTA •• Ar` Sarah A. Kolar, Vice President and General Counsel HENNEPIN COUNTY 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 /651/1•111,44,-- (%51')'111,4 /ii 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 rj04 9 �s. 1986: ?..(3ff' C. ... •" '",,,111111,, Please direct bond verfftiaa si to suretyna intactinsurance.com Kara L.B. Barrow, Secretary L•1specialty i1Ct solutions rwau'ueea` 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 Term Investments Other Investments Total Cas, & Investments Premiums and Considerations Due Reinsurance Recoverable Receivable from Parent, Subsidiary or Affiliates All Other Admitted Assets Total Admitted Assets State of Minnesota County of Hennepin $ 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 Loss Reserves Loss Adjustment Expense Reserves Total Loss & LAE Reserves Unearned Premium Reserve Total Reinsurance Liabilities Commissions, Other Expenses, and Taxes due Derivatives Payable to Parent, Subs or Affiliates All Other Liabilities $ 1,264,802 423,323 1,688,125 811,551 64,571 75,922 1,121,125 Total Liabilities 3,761,294 Capital and Surplus Common Capital Stock Preferred Capital Stock Surplus Notes Unassigned Surplus Other Including Gross Contributed Capital & Surplus 9,001 476,697 570,784 1,056,482 Total Liabilities and CSS 4,817,776 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 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. r.,......,........, ERR! RIECHERS `, NOTARY PUBLIC MINNESOTA , M. My Commission Expires Jan 31,2030 , SECTION V — Contract Documents CONTRACT (1) This CONTRACT made and entered into this f day of,AL.4 , 2080 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". [Or, if out 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 "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 $10,986,300.00 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 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 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 must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. j) A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and have executed this Agreement, the day and year first above written. CITY OF CLEARWATER IN PINELLAS COUNTY, FLORIDA By: Jennifer Poirri City Manager Countersigned: By: Bruce Rector Mayor Contractor must indicate whether: Corporation, Partnership, ttest: Rosem City Cl Appro oto form: Jerrod Si Senior A•jistant City Attorney Company, or Individual 5ouW ern g cc c e --?r‘ dcle . (Contractor) By: (SEAL) Pri me: .�\�_�L . - �� • ,,,,vnn„pq Title: ��(3►C1�xcyn mew -floc'(-' ,?� P( t? & eR��''•. ' his own name, and L�qej�� O� The person signing shall, in his own handwriting, sign the Principal's name, stl where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind '� . . Corporation — provide Affidavit. O S ". • 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.: [ ], recorded in O.R. Book [ ] 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] [address] [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 PROPOSAL/BID 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 169 North. Suite 800. Plymouth. MN. 55441 , are held and finny bound unto the City of Clearwater, Florida, in the sum of TEY) Pereen t- o 174 /-4274, 1 eo1iars- -($- 1 0 °/p ) (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 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 ``w l 1! (I 1 ! / 1, 4-0 °_`, SEAL %:%t 2012 =.0 FLORIDA 0 •' COMPP0:.•' Signed this 10th day of February , 2026 . Southern Road & Bridge, LLC. Contractor L, V(- L . rot ePaS Principal By: Keith A. Miller,'�1� Atlantic Specialty Insurance Company'':.' Surety The person signing shall, in his own handwriting, sign the Principal's, name, his own name, and where the person is signing for a Corporation, he must, by Affidavit, show his authority to bind the Corporation — provide Affidavit. t4l$oo0Gd'? �pe' oegio- p0' SECTION V Page 8 of 16 Updated: 6/3/2024 [intact] IMSURANCE At tofn elj 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 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 to be signed by an Authorized Officer and the seal of the Company to be affixed this first day of January, 2023. Qrv: GOFPnRo .-1-. =oi SEALm.. ° 1986 :o By STATE OF MINNESOTA `-�- s'tv rro?t b °` d Sarah A. Kolar, Vice President and General Counsel HENNEPIN COUNTY ''''��b .fir i`� „:,,•• 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 ,x(%59 Y7/V 1 /-'. 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 loth day of February 2026. This Power of Attorney expires January 31, 2030 P.'tV.iNsG SP e Please direct bond i' tins to curet y6Pintactinsurance.com Kara L.B. Barrow, Secretary 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 he she is anagng a 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 pas , 2026 . *III: �ftts. KATERINACONSTAS •i o `•*1 MY COMMISSION#HH480028 r�✓n�. o: •'•FOF FI�Q •• SPIRES: March 11, 2028 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. Managing Member orozweeki,:to, y Pudic Sworn to and subscribed before ine this 9th day of February .ip�y'v'�yr, �v i" -: KATERINACONSTAS. *: i„,' •*= MY COMMISSION # HH 480028 6. "oP;°�` EXPIRES: March 11, 2028 „Op FV,.• 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 form and legality of the contract and all the pertinent documents relating thereto having been approved by said City Attorney; and such bidder is hereby charged with this notice. The signer of the Proposal, as bidder, also declares that the only person, persons, company or parties interested in this Proposal, are named in this Proposal, that he has carefully examined the Advertisement, Instructions to Bidders, Contract Specifications, Plans, Supplemental Specifications, General Conditions, Special Provisions, and Public Construction Bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the Proposal be accepted, he will contract with the City of Clearwater, Florida, in the form of contract; hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the contract within the time mentioned in the General Conditions and according to the requirements of the City of Clearwater, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit: If the foregoing Proposal shall be accepted by the City of Clearwater, Florida, and the undersigned shall fail to execute a satisfactory contract as stated in the Advertisement herein attached, then the City may, at its option determine that the undersigned has abandoned the contract, and thereupon this Proposal shall be null and void, and the certified check or bond accompanying this Proposal, shall be forfeited to become the property of the City of Clearwater, Florida, and the full amount of said check shall be retained by the City, or if the Proposal Bond be given, the full amount of such bond shall be paid to the City as stipulated or liquidated damages; otherwise, the bond or certified check accompanying this Proposal, or the amount of said check, shall be returned to the undersigned as specified herein. SECTION V Page 12 of 28 Updated: 7/9/2025 SECTION V — Contract Documents PROPOSAL (2) Attached hereto is a bond or certified check on Atlantic Specialty Insurance Company Bank, for the sum of Ten percent of bid total •( - 10% (being a minimum of 10% of Contractor's total bid amount). The full names and residences of all persons and parties interested in the foregoing bid are as follows: (If corporation, give the names and addresses of the President and Secretary. If a firm or partnership, the names and addresses of the members or partners. The Bidder shall list not only his name but also the name of any person with whom bidder has any type of agreement whereby such person's improvements, enrichment, employment or possible benefit; whether sub -contractor, materialman, agent, supplier, or employer is contingent upon the award of the contract to the bidder). NAMES: Lucas L. Pappas, Managing Member Pappas Civil Contractors, LLC, Managing Member ADDRESSES: 2997 US -19 ALT STE B, Palm Harbor, FL, 34683 2997 US -19 ALT STE B, Palm Harbor, FL, 34683 Signature of Bid • r:. Luc .-r s The person signing shall, in his own handwriting, sign the Pr}iincip. s na i�� n name and his title. Where the person signing for a corporation is other than th0 •esident "r V President, he must, by affidavit, show his authority, to bind the corporation. Principal: Lucas appas , By: pany Legal Name. Title: Managing Member outher* - •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@southernrb.com 2997 US -19 ALT STE B, y February , A.D., 2026. SECTION V Page 12 of 16 Updated: 6/3/2024 SECTION V — Contract Documents CITY OF CLEARWATER ADDENDUM SHEET PROJECT:26-0006-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: 01 /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) Managing Member ucas kappas (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 1 $10,000.00 2.0.03 Unsuitable Material Removal, Clay 100 CY $100.00 1 $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'-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 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 i 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 (< 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 <_ 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 $7,200.00 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 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.1 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.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 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 I 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 $12,500.00 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. 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 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 Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the. Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the, vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with. Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business o..../.}41.00.00.20001 'd Syria.. rl -./.•_ifs STATE OF Florida COUNTY OF Pinellas 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 R3I physical presence or ❑ online notarization on, 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 • corporation/entity), personally .,,own ✓ , or produced N/A (type ide fication) as identific n, and w id/did not take (title) of an oath. k My Commission Expires: 03/11/2028 NOTARY SEAL ABOVE N • ary Public r ` K- enna Constas P inted Name 05111(44, KATERINACONSTAS MY COMMISSION # HH 480028 EXPIRES: March 11, 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 entitiesdoing business in Israel or in Israeli -controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. Printed Name Managing Member Title Southern Road & Bridge, LLC Name of Entity/Corporation STATE OF Florida COUNTY OF Pinellas The foregoing instrument was acknowledged before me by means of IX physical presence or 0 online notarization on, this 9th day of Februa 20 26 , by Lucas L. Pappas (name of person whose signature is being notarized as the Managin• Member (title) of Southern Road & Bridge, LLC (me•f corporation/entit "ersonally kno n , or produced N/A i• tification) as identifca%on, and ho • d/did not' take Oil I A, Ati an oath. , i My Commission Expires: 03/11/2028 NOTARY SEAL ABOVE aterina Constas rinted Name hEr KATERINACONSTAS MY COMMISSION # HH 480028 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 N Vie;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 Addendum #1 Confirmed Feb 9, Addendum #2 Confirmed Feb 9, Addendum #3 Confirmed Feb 9, Addendum #4 Confirmed Feb 9, 2026 8:35 AM by LUCAS PAPPAS 2026 8:34 AM by LUCAS PAPPAS 2026 8:34 AM by LUCAS PAPPAS 2026 8:34 AM by LUCAS PAPPAS ADDENDA CONFIRMATION 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 LLC] 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_COMPAN IES_AND_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 LLC] 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_I N_&_SIGN ED.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_&_SIGNED.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 Description , Quantity Unit of Measure Unit Cost Total 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 [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 Description MOT, Supplemental Item, Type K Barrier Quantity 100 Unit of Measure Unit Cost $50.00 Total $5,000.00 LF/DAY 1.02.05 MOT, Supplemental Item, Low Profile Barrier 100 LF/DAY $50.00 $5,000.00 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 20,000 EA $1.00 $20,000.00 1.04.05 Geotechnical Investigation, Material Testing, Allowance 10,000 EA $1.00 $10,000.00 2.0 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 [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 2.0.04 Description Unsuitable Material Removal, Rock Quantity 100 Unit of Measure CY Unit Cost $185.00 Total $18,500.00 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 2.1 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 (tern 2.1.01 Description Plastic Erosion Control Matting, FDOTType 1 Quantity 25 Unit of Measure SY Unit Cost $25.00 Total $625.00 2.1.02 Plastic Erosion Control Matting, FDOTType 2 25 SY $25.00 $625.00 2.1.03 Plastic Erosion Control Matting, FDOTType 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, 5 0.375 -inches, 5 20 -ft 55,000 SF $63.00 $3,465,000.00 2.1.11 Steel Sheet Piling, 5 0.375 -inches, 20 -ft <x 5 50 -ft 5,000 SF $63.00 $315,000.00 2.1.12 Steel Sheet Piling, S. 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, 5 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 5 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 $75.00 $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 Description Quantity 100 Unit of Measure EA Unit Cost $3,500.00 Total $350,000.00 Prestressed Soil Anchors, FDOT, Furnish & Install (5 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 Depth 5 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 3.0.10 Description 18" HDPE Pipe Smooth Interior Quantity 10 Unit of Measure LF Unit Cost $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, 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 FDOTType 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 FDOTType J -7T M.H. (6x7) 10 EA $7,500.00 $75,000.00 [SOUTHERN ROAD & BRIDGE LLC] 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 Description FDOT Type "F" D.B.I Quantity , 10 Unit of Measure EA Unit Cost $5,500.00 Total $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 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' 510' 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 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 Description 30" HDPE Pipe Smooth Interior Quantity 10 Unit of Measure LF Unit Cost. $500.00 Total $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 FDOTType J-7 M.H. (5x5) 10 EA $6,000.00 $60,000.00 3.1.18 FDOTType J-7 M.H. (6x6) 10 EA $6,500.00 $65,000.00 3.1.19 FDOTType J-7 M.H. (6x7) 10 EA $7,500.00 $75,000.00 3.1.20 FDOTType "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 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 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 4.0.05 Description City Modified Curb Quantity 10 Unit of Measure LF Unit Cost $105.00 Total $1,050.00 4.0.06 City Type I 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 $12,500.00 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 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 Description Tree Barricade Quantity 10 Unit of Measure LF Unit Cost $55.00 Total $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 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 Line Item 6.0.06 Description D-3 Bulldozer (Operator not included) Quantity 10 ' Unit of Measure HR Unit Cost $325.00 Total $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 • i t I IisWiira CG • specialty solutions Atlantic Specialty Insurance Company Period Ended 1213112024 Dollars displayed in thousands Admitted Assets Investments: Bends Preferred Stocks Common Stocks Mortgage Loans Real Estate Contract Loans Oerivatiees Cash, Cash Equivalents 8 Short Terni Investments Other Investments Total Cath &Investments Premiums and Considerations Due Reinsurance Recoverable Receivable horn Parent, Subsidiary or Affiliates All Other Admitted Assets $ 2,894,094 987,702 383,175 36,178 4,301,149 350,792 60,c63 11,764 94,008 Total Admitted Assets 4,617 776 State of Minnesota County of Hennepin Liabilities and Surplus Liabilities Loss Reserves Loss Adjustment Expense Reserves Total Loss & LAE Reserves $ 1,264,802 423,323 1,666,125 Unearned Premium Reserve 611,551 Total Reinsurance Liabilities 64,571 Commissions, Other Expenses, and Taxes due 75,922 Dedvathes Payable to Parent, Sbbs 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 Surplus Other Including Gross Contributed Capital & Surplus 9,001 476,697 570,784 1,056,462 Total Liabilities and C&S 4,817,776 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 31' 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 Canmisslon (:xpires Jan, 31,2030 Notary Public Form _g (Rev. March 2024) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Go to www.irs.gov/FormW9 for instructions and the latest information. Give form to the requester. Do not send to the IRS. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below. 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. Individual/sole proprietor . C corporation . S corporation . Partnership . Trust/estate 151 LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) . . . . S 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Note: Check the "LLC" box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate box for the tax classification of its owner. • Other (see instructions) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting 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 this box if you have any foreign partners, owners, or beneficiaries. See instructions (Applies to accounts maintained 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) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other Social security number — — TIN, later. Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. or Employer identification number 4 6 1 1 8 7 4 2 3 Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are poi r fired tersign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of Here U.S. persor;f _ =—'� —�_ 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 return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024)