SUBJECT/RECOMMENDATION:
Title
Award a construction contract to Southern Road & Bridge, LLC of Palm Harbor, FL, for slope stabilization in the annual not-to-exceed amount of $3,500,000.00 for an initial one-year term with the option to renew for three additional one-year terms, on a unit price basis pursuant to Invitation to Bid (ITB) 26-0006-EN, and authorize the appropriate officials to execute same. (consent)
Body
SUMMARY:
The contract was intentionally structured to comply with all applicable Federal Emergency Management Agency (FEMA) procurement and reimbursement requirements, including the use of competitively bid unit prices, clearly defined scopes of work, and the inclusion of a broad range of eligible construction activities. This approach ensures that work performed under this contract remains eligible for FEMA reimbursement when associated with declared emergency events.
To further support emergency response and recovery efforts, the bid was developed with a comprehensive set of line items designed to provide the City with flexibility and increased capacity to address a wide variety of stormwater and coastal infrastructure needs. These items include, but are not limited to, seawall repairs, minor and major slope stabilization, pipe replacement, erosion control, landscaping restoration, and emergency debris removal. By incorporating these elements into a single competitively procured contract, the City can respond more efficiently and effectively to both routine and large-scale emergency events without delay.
The City issued Invitation to Bid (ITB) 26-0006-EN, Slope Stabilization, which closed on February 10, 2026, and resulted in four responsive bids. Southern Road & Bridge LLC was determined to be the lowest responsive and responsible bidder in accordance with the bid specifications, with a total bid amount of $10,986,300. This amount represents the full range of potential work under the contract based on estimated quantities and all possible line items.
At this time, the City is requesting authorization in the amount of $3,500,000 to address the six currently identified FEMA-inspected and reimbursable project locations. The contract is unit price-based and includes a wide array of line items; therefore, not all bid items will be utilized for these initial projects.
The intent of this bid is to obtain competitive prices to establish an annual contract for as needed services for Stormwater infrastructure improvements and repairs, specifically related to emergency slope stabilization construction. All quantities are estimates, the City is not obligated to purchase any minimum or maximum amount during the life of the Contract. All or part of the work is Unit Price per Work, as referenced in Section III, Article 11.3 of the Contract Documents.
The work will be assigned at various locations with the limits of the City of Clearwater jurisdiction.
The contract duration is one year from the notice to proceed date. City reserves the right to extend the contract on a yearly basis, and up to three one-year renewal terms and will be awarded on Unit Price Basis, as referenced in Section IV, 101 of the Contract Documents.
APPROPRIATION CODE AND AMOUNT:
Funds are available in capital improvement project ENST180001, Storm System Improvements, and ENST180006, Alligator Creek, to fund these work orders. These projects are funded by revenues from the Stormwater Utility Enterprise Fund, however reimbursement from FEMA will be requested.
STRATEGIC PRIORITY:
1.2 Maintain public infrastructure, mobility systems, natural lands, environmental resources, and historical features through systematic management efforts.1.3 Adopt responsive levels of service for public facilities and amenities, and identify resources required to sustain that level of service. 1.4 Foster safe and healthy communities in Clearwater through first-class public safety and emergency response services. 1.5 Embrace a culture of innovation that drives continuous improvement and successfully serves all our customers. 2.2 Cultivate a business climate that welcomes entrepreneurship, inspires local investment, supports Eco-friendly enterprises, and encourages high-quality job growth. 2.3 Promote Clearwater as a premier destination for entertainment, cultural experiences, tourism, and national sporting events. 2.5 Facilitate partnerships with educational and research institutions to strengthen workforce development opportunities. 3.2 Preserve community livability through responsible development standards, proactive code compliance, and targeted revitalization. 3.3 Promote marketing and outreach strategies that encourage stakeholder engagement, enhance community education and build public trust. 3.4 Inspire citizen participation through civic engagement and volunteerism to build strong, inclusive and engaged communities. 4.1 Support proactive climate resiliency strategies based in science to protect natural and built environments from impacts associated with sea level rise. 4.2 Adopt renewable resource usage and waste reduction practices to ensure a vibrant City for current and future generations.