HomeMy WebLinkAboutFlorida Design BidSECTION 00300
BID FORM
SUBMITTED: tD 3O i l;
Date
PROJECT IDENTIFICATION: CITY OF CAPE CANAVERAL
WWTP IMPROVEMENTS FOR
OXIDATION DITCH REHABILITATION
NAME OF BIDDER:
BUSINESS ADDRESS:
Phone No.:
E -Mail Address:
CONTRACTOR'S FLORIDA LICENSE NO.:
THIS BID IS SUBMITTED TO: City of Cape Canaveral, Florida (hereinafter called Owner)
acting through its City Commission.
The undersigned Bidder offers and agrees to enter into an Agreement with Owner in the
form included in the Bidding Documents, to complete all work for the Contract Price and
within the Contract Time, all in accordance with the Contract Documents.
2. Bidder accepts all of the terms and conditions of the Bidding Documents, including
without limitation those dealing with the Owner's time for accepting for Bid and the
disposition of Bid Bond.
3. In submitting this Bid, Bidder makes all representations required by the Instructions to
Bidders and further warrants and represents that:
(a) Bidder has examined copies of all the Bidding Documents and of the following
addenda:
No.
�_
Datedall
No.
Dated
No.
Dated
No.
Dated
No.
Dated
No.
Dated
No.
Dated
No.
Dated
(Receipt of all which is hereby acknowledged) and also copies of the Advertisement for Bids
and the Instructions to Bidders.
(b) Bidder has examined the site and locality where the Work is to be performed and
the legal requirements (Federal. State and local laws, ordinances, rules and
regulations) and conditions affecting cost, degree of difficulty, progress or
performance of the Work and has made such independent investigations as Bidder
deems necessary.
RSS/snr/slh/specs/s-1 /00300
Tt#200-52528-13003 00300-1 051616
,CE aYp
CITY OF
CAPE CANAVERAL
ADDENDUM # 3
CITY OF CAPE CANAVERAL
BID #2016-03
CITY OF CAPE CANAVERAL WWTP IMPROVEMENTS FOR OXIDATION DITCH
REHABILITATION
June 24, 2016
All contents of this addendum shall be incorporated into the solicitation documents
and the ensuing contract with the awarded contractor.
• ue tions will be accepted un to seven days prior to the bid opening. The last day questions and RFI's
for this bid is lune 23. 2016. No further questions or RFI's will be accepted after that date.
• Addendums may be issued up to 72 hours prior to the bid opening due time. Brief addenda may be issued
between 72 hours and 24 hours before Bid time by e-mail or facsimile. It is the responsibility of all potential
bidders to ensure they have received all addendums issued.
• All documents pertaining to this solicitation may be obtained free of charge on CD from the City of Cape
Canaveral, City Clerk's Office, 105 Polk Avenue, Cape Canaveral, FL 32920.
A. QUESTIONS RECEIVED DURING BIDDING
1. Division 11- Equipment Section 11287 within the Table of Contents calls out Fabricated
Aluminum Slide and Weir Gates. The body of that particular spec section calls for the gates to
be stainless steel. Please clarify what material the weir and slide gates will be made of.
Answer: Refer to change to Table of Contents under Specification Changes below.
2. Revised sheet D-504, Detail 2 per Addendum 1- The elevation for the wall mounted weir gate
is not legible. Please clarify the elevations for the weir gate.
Answer:
UM
It.
"1.11..
MR N.fLV •IDX
I•'FlEIJ-IERiF�'. `ypLLNCUNIEOe
2 DETAIL
3SlL NR
Page I of 5
3. If you refer to specification section 11376 2.02 B6, O -Rings Between Discs and Retainer Rings.
1 would like to request to change those specifications to Aquarius'.
Answer: Manufacturers and Suppliers seeking to submit alternates or a request for
equivalency on any material listed within this project shall not do so during the
solicitation process. Alternate submittals can be submitted to a potential bidder, If
Bidder so chooses, the alternate submittal can be listed in Section 00300 - Bid Form
(Substitution List of Manufacturers/Suppliers located on Page 00300-9) within their
submittal and the alternate or request will be reviewed by the City of Cape Canaveral
and the Engineer after an award has been made, only if it has been submitted by the
awarded Bidder.
4. In 2.02 Bl, "drop pipes shall be a minimum of schedule 10 or 12 gauge." In the design our drop
pipe diameter is 6". Thus, for 12GA a Schedule SS should be used and for 11GA a Schedule 10S
should be used.
Answer: Refer to change to Section 11376 - Fine Bubble Diffused Aeration System and Section
15066 - Stainless Steel and Fittings under Specification Changes below.
S. It appears from specification sheet, section 1.03 B, that testing is requested. However, the
section itself is a bit vague. Could we, instead, send data curves showing that the diffusers will
meet the specifications in lieu of having a test?
Answer: Data curves are not acceptable. Provide clean water performance tests in accordance
with the latest ASCE Clean Water Test Procedures as specified. Alternatively, submit
certified test report from previous oxygen transfer testing performed in accordance
with ASCE Standards. Test reports shall be for testing same diffuser model proposed
at specified submergence and at diffuser densities equivalent to the actual tank
configuration. Previous test results which do not meet the testing requirements
specified herein will not be acceptable.
6. Due to the last minute nature of the bidding process we request that the required numbers of
copies be reduced to 1 original and 1 copy in lieu of triplicate. This would allow us more time
to evaluate the scope and pricing we are receiving in order to provide the City of Cape
Canaveral with the most competitive price in lieu of closing the bid early in order to allow time
to fill out all required copies of the bid form.
Answer: Submit as specified.
7. Per the Bid Form page 00300-2 the Trench Safety Affidavit (Section 00490) is required to be
submitted, however this information is also contained in article 7 page 00300-3 of the Bid
Form. Please confirm that we do need to submit this duplicate information on Section 00490
in addition to page 00300-3 of the Bid Form.
Answer: Submit as specified.
8. Are separate HOA switches mounted to stanchions required for the all the actuators furnished
under Specification 15100? Or is the HOA acceptable on the actuator itself?
Answer: HOA on the actuator is acceptable.
9. Please provide a detail for the ARV as shown on the air piping to the east of the blower (D-
103). What size is the ARV?
Answer: There is not an ARV on the air piping. Provide Pressure Relief Valve per Specification
11450.
Page 2 of 5
10. Reference D-103, for the tie-ins to the MLSS, do you mean "M) Sleeves" when "Flanged
Restrained Couplings" are noted?
Answer: Reference D-102, Cut-in and connections to existing pipe may use MJ sleeves or
flanged restrained coupling.
11. When the Oxidation Ditch is fulling drained, the plant will be losing 460,000 gal (per bid form)
of wastewater from the system. When the Oxidation is put back into service, will the
Contractor be responsible for re-seeding the 460,000 gal of wastewater? If so, can this be
added as an allowance? If not, where does the City intend on receiving the sludge from?
Answer: Note the 460,000 gallons listed in the bid form is to establish a unit cost, refer to bid
item 4 in Section 01025. Mixed liquor from the flow equalization basin, which will
serve to provide temporary aeration volume during construction at the oxidation
ditch can be used for seeding the oxidation ditches.
12. 11312. 2.01, D calls for (2 ea) 30" linestops. Please confirm these are in fact required and
where they are to be located.
Answer: It is the Contractor's responsibility to review the plans and determine whether bypass
pumping and line stops are required to maintain treatment during construction.
Anticipated bypass pumping needs are summarized in Section 11312. Depending on
Contractor's means and methods additional bypass pumping may be needed.
Contractor shall provide primary and secondary line stops at each pipe segment
needing to be isolated.
13. 11312, 2.01, E calls for a temporary flow meter. This meter is also shown on Section D on D-
301, correct? Is this pump out location to be used to drain the Oxidation Ditch?
Answer: It is the Contractor's responsibility to review the plans and determine whether bypass
pumping and line stops are required to maintain treatment during construction.
Anticipated bypass pumping needs are summarized in Section 11312. Depending on
Contractor's means and methods additional bypass pumping may be needed.
Contractor shall provide temporary flow meter for each bypass pumping operation
to monitor flows. Refer to Bid Item 4 in Section 01025 regarding draining
requirements for the oxidation ditch.
14. 11312 - Bypass Pumping System - Will the City allow the Contractor to tap into the City's
electrical system for use of the primary bypass pump? Will the City pay for the electrical usage
of this pump?
Answer: Provide bypass pumping in accordance with Section 11312. The Contractor is
responsible for providing power source and paying all costs for operating the bypass
pumping system.
15. 11312 -if the City does not pay for the electrical on the bypass pumps, will the City pay for the
fuel usage of the bypass pumps?
Answer: Refer to Answer #14 above.
16. Is there a means to isolate the effluent flow from the Anoxic basin #1 into the effluent 30in
MLSS piping?
Answer: There is an existing 4 x 4 foot by 2 ft deep weir box at the effluent (refer to revised
Drawing D-102 under Drawing Changes below). Contractor can operate bypass pump
to maintain water level below top of box elevation (EL = 16.1 +/- ft). Additional
precautions should be taken which may include installing temporary cover over box
inlet, installing plug in pipe inlet, or plug by other means.
Page 3 of 5
17. If not, can one side of the 1st Anoxic Basins be taken offline to facilitate installation of the new
Effluent valves?
Answer: Contractor should plan for maintaining operation of both anoxic basins at all times.
Exceptions may be considered during construction on a case-by-case basis.
18. How long can the Anoxic Basin function on half capacity?
Answer: See responses above.
19. Does the first Anoxic Basin have isolation gates at the influent channel?
Answer: Yes. Refer to revised Drawing D-102 under Drawing Changes below. However, please
note that Contractor should plan on keeping both basins online at all times.
B. SPECIFICATION CHANGES:
1. Table of Contents: DELETE Page iii in its entirety and REPLACE with attached Page iii.
2. Section 11376 - Fin Bubble Diffused Aeration System: DELETE Paragraph 2.02.B.1. in its entirety
and REPLACE with the following:
111. Drop pipes shall be Type 304L stainless steel pipe meeting requirements of Section 15066.
The pipes shall extend from approximately 3 feet above the top of the process tank to point 3
feet above the air grid manifold. A flanged connection with a 1501b drilling shall be provided
at the top of the pipe and a Type 304L stainless steel gasketed coupling shall be provided for
connection to the manifold."
3. Section 15066 - Stainle s Steel Pipe and Fittings, DELETE Paragraph 2.02.B in its entirety and
REPLACE with the following Paragraph 2.02.B.
B. Stainless steel pipe and fittings 6 -inches in size and larger shall be Schedule SS or 12 gauge.
Stainless steel pipe and fittings smaller than 6 inches in size shall be Schedule 10S or 10
gauge."
C. DRAWING CHANGES,
1. Drawing D-102 - Yard Piping Plan Equalization/Anaerobic 1u Anoxic Basins: DELETE Drawing D-
102 in its entirety and REPLACE with attached Drawing D-102.
BID DATE REMAINS JUNE 30, 2016 AT 2:00 P.M.
Paye 4 of 5
All prospective bidders are hereby instructed not to contact the City of Cape Canaveral Council, City Manager,
or City of Cape Canaveral Staff members other than the noted contact person regarding this Invitation to Bid
or their bid proposal at any time during the bid process, all the way up to an award. Any such contact shall
be cause for rejection of your bid proposal.
ALL OTHER SPECIFICATIONS AND CONDITIONS REMAIN UNCHANGED.
RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED
NAME & TITLE, TYPED OR PRINTED
13�, �i, Sty , V" �� Ct'I
MAILING ADDRESS
L� Pa& , F L 33Kd3
CITY, STATE, tIP CODE
Page 5 of 5
1_v-\
, �-eiA
}54 aEc aYp.e
.'Ir'us _li�__ CITY OF
: 7_ JCAPE CANAVERAL
ADDENDUM # 2
CITY OF CAPE CANAVERAL
BID #2016-03
CITY OF CAPE CANAVERAL WWTP IMPROVEMENTS FOR OXIDATION DITCH
REHABILITATION
June 15, 2016
All contents of this addendum shall be incorporated into the solicitation documents
and the ensuing contract with the awarded contractor.
• Ouestions will be accepted up to seven days prior to the bid opening The last day questions and RFI's
for this bid is lune 23 2016 No further questions or RFPs will be accepted after that date
• Addendums may be issued up to 72 hours prior to the bid opening due time. Brief addenda may be issued
between 72 hours and 24 hours before Bid time by e-mail or facsimile. It is the responsibility of all potential
bidders to ensure they have received all addendums issued.
• All documents pertaining to this solicitation may be obtained free of charge on CD from the City of Cape
Canaveral, City Clerk's Office, 105 Polk Avenue, Cape Canaveral, FL 32920.
A. CHANGES TO PRIOR ADDENDA
1. Clarification was requested to responses provided to Question #5 and Question #6 of
Addendum No. 1.
Answer: Bidders shall disregard responses provided in Addendum No. 1 to Question #S and
Question 6 only. The following response shall supersede responses issued to
Ouestion #5 and ouestion #6 of Addendum No. 1.
This project is Q a Cap Grant Project, therefore, Article 10 does not apply. There
are NO MBE/WBE percentage requirements for procurement of this project.
Appendix B on Page FDEP-14 of the FDEP State Revolving Fund Program
Supplementary Conditions discusses Equal Employment Opportunity goals for
minority utilization. Bidders shall make good faith effort to meet the 6.90/0 WBE and
10.7 VIBE (Brevard County) EEO goals. Documentation of this good faith effort is not
a requirement of the Bid submitted.
Page I oft
All prospective bidders are hereby instructed not to contact the City of Cape Canaveral Council, City Manager,
or City of Cape Canaveral Staff members other than the noted contact person regarding this Invitation to Bid
or their bid proposal at any time during the bid process, all the way up to an award. Any such contact shall
be cause for rejection of your bid proposal.
ALL OTHER SPECIFICATIONS AND CONDITIONS REMAIN UNCHANGED.
RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED
BY: �iI pLGi7t 1 &6��4wt�
SIGNATURE/DATE
NAME & TITLE, TYPED OR PRIM ED
&.l-'t�it(4n �I"W
MAILING ADDRESS
CITY, STATE, ZIP CODE
Page 2 of 2
ANAVERAL
ADDENDUM # 1
CITY OF CAPE CANAVERAL
BID #2016-03
CITY OF CAPE CANAVERAL WWTP IMPROVEMENTS FOR OXIDATION DITCH
REHABILITATION
June 14, 2016
All contents of this addendum shall be incorporated into the solicitation documents
and the ensuing contract with the awarded contractor.
• Questions will be accepted up to seven days prior to the bid opening. The last day questions and RFI's
for this bid is lune 23 2016. No further questions or RFI's will be accepted after that date.
• Addendums may be issued up to 72 hours prior to the bid opening due time. Brief addenda may be issued
between 72 hours and 24 hours before Bid time by e-mail or facsimile. It is the responsibility of all potential
bidders to ensure they have received all addendums issued.
• All documents pertaining to this solicitation may be obtained free of charge on CD from the City of Cape
Canaveral, City Clerk's Office, 105 Polk Avenue, Cape Canaveral, FL 32920.
A. GENERAL CLARIFICATIONS
1. This project must comply with Davis -Bacon requirements for funded projects (Compliance with
Wage Rates, Submission of Certified Weekly Payroll, etc.).
2. This project must comply with American Iron and Steel requirements for funded projects.
3. The City intends to direct purchase (ODP) all items that include $5,000 or more from a single supplier.
Refer to Instructions to Bidders, Item 17 - Taxes - Owner Exemption from State of Florida Sales
Taxes.
4. The WRF must remain in service and in FDEP compliance at all times during construction.
S. Sign -In Sheet from Pre -Bid Meeting is attached to this Addendum.
6. All future questions shall be sent to the attention of Susan Hayse, CSI, CDT, Construction
Administrator at susan.haysegtetratech.com.
B. QUESTIONS RECEIVED DURING BIDDING
1. Is there a General Contingency Allowance?
Answer: No
Page 1 of 3
2. Please confirm if it will be acceptable for the top 3 bidders to submit 00301A -1 -Subcontractor
Listed within 72 -hours after the bid due date.
Answer: No
3. Please confirm if it will be acceptable for the top 3 bidders to submit 00300-7 Schedule of
Manufacturers/Suppliers within 72 -hours after the bid due date.
Answer: No
4. What is the duration from Substantial Completion to Final Completion?
Answer: 30 calendar days.
5. Is the FDEP WBE of 6.9% a good faith effort?
Answer: The 6.9% WBE goal does not apply to this project as it is not a Federal Cap Grant
project. Bidders shall refer to Article 10, Paragraph 10.1 that states that MBE/WBE
goals are established at 5% MBE and 5% WBE each. Bidders are required to submit
e-mails, correspondence, etc. to show good faith effort with the bid.
6. Is the FDEP WBE of 6.9% only for WBEs or are MBEs acceptable as well?
Answer: The 6.9% WBE goal does not apply to this project as it is not a Federal Cap Grant
project. Bidders shall refer to Article 10, Paragraph 10.1 that states that IVIBE/WBE
goals are established at 5% MBE and 5% WBE each. Bidders are required to submit
e-mails, correspondence, etc. to show good faith effort with the bid.
7. Will Bid Item #6 be paid for by a pre -negotiated unit cost? Also, will GC, Article 10 be used to
price this allowance work?
Answer: $60,000 Ditch Structural Repair Allowance - Engineer will inspect and recommend
improvements. The awarded Bidder shall submit proposal for consideration. Owner
will retain unused amount.
8. Will the City reimburse the City of Cape Canaveral Building Department and Brevard County
(if applicable) Permit Fees?
Answer: Yes
9. Is there a specification section for pavement repair?
Answer: Refer to Sheet D-504, Detail 5 included this Addendum.
10. Per 01900, 3.01, C.8 & C.13 - Sequence of Construction, how long is the FDEP Clearance
expected?
Answer: One (1) week. Notify Engineer two (2) weeks prior to the proposed date to place the
EQ tank and in the end rehabilitated ditch into service.
11. Per 01900, 3.01, C.10 - Sequence of Construction, is any restoration of the bridge included in
this bid?
Answer: Yes, refer to Structural Drawings.
12. I am requesting that Val -Matic be named as an approved plug valve manufacturer.
Answer: Manufacturers and Suppliers seeking to submit alternates or a request for
equivalency on any material listed within this project shall not do so during the
solicitation process. Alternate submittals can be submitted to a potential bidder. If
Bidder so chooses, the alternate submittal can be listed in Section 00300 - Bid Form
(Substitution List of Manufacturers/Suppliers located on Page 00300-9) within their
submittal and the alternate or request will be reviewed by the City of Cape Canaveral
Page 2 of 3
and the Engineer after an award has been made, only if it has been submitted by the
awarded Bidder.
13. Request has been made that RW Gate Company be named as an approved fabricated
aluminum slide and weir gate manufacturer.
Answer: Refer to Answer #12 above.
14. Request has been made that Golden Harvest be named as an approved fabricated aluminum
slide and weir gate manufacturer,
Answer: Refer to Answer #12 above.
15. Request has been made to update coating from Permox 9043, Type II to Permox CTF'".
Answer: Refer to Answer #12 above.
C. SPECIFICATION CHANGES:
1. Section 01065 - Permits and Fees. DELETE Page 01065-1 in its entirety and REPLACE with
attached Page 01065-1.
D. DRAWING CHANGES:
1. DELETE Drawing D-102 - Yard Piping Plan Equalization/Anaerobic/1£ Anoxic Basins in its
entirety and REPLACE with attached Drawing D-102 - Yard Piping Plan Equalization/Anaerobic/1st
Anoxic Basins.
2, DELETE Drawing D-504 - Mechanical Details in its entirety and REPLACE with attached Drawing
D-504 - Mechanical Details.
All prospective bidders are hereby instructed not to contact the Cityof Cape Canaveral Council, City Manager,
or City of Cape Canaveral Staff members other than the noted contact person regarding this Invitation to Bid
or their bid proposal at any time during the bid process, all the way up to an award. Any such contact shall
be cause for rejection of your bid proposal.
ALL OTHER SPECIFICATIONS AND CONDITIONS REMAIN UNCHANGED.
RECEIPT OF THIS ADDEND
SIGNA
REBY ACKNOWLEDGED
5,.J-
6ht,dlu
C- Aw((-f - Vtes
NAME & TITLE, TYPED OR PRINTED
MAILING ADDRESS
LAOQul-:I-L33L/D3
CITY, STATE, ZIP CODE
Page 3 of 3
\keA�
(c) This Bid is genuine and not made in the interest or on behalf of any undisclosed
person, firm or corporation and is not submitted in conformity with any agreement
or rules of any group, association, organization or corporation; Bidder has not
directly or indirectly induced or solicited any other Bidder to submit a false or
sham Bid; Bidder has not solicited or induced any person, firm or a corporation to
refrain from bidding; and Bidder has not sought by collusion to obtain for himself
any advantage over any other Bidder or over Owner.
(d) Bidder hereby agrees if this Bid is accepted, to commence work under this
contract on or before a date to be specified in the Notice to Proceed and to fully
complete all work of the Project within the Contract Time stipulated in the
Agreement (Section 00500). Bidder further agrees to pay as liquidated damages
the amount stated in the Agreement for each consecutive calendar day completion
of the work is delayed.
4. Bidder submits the following unit prices to perform all the Work as required by the
Drawings and Specifications for the City of Cape Canaveral. Bid shall be awarded based
on Total Base Bid. Estimated quantities may exceed items listed. Payment based on
installed quantities.
5. All Bid Items shall include all materials, equipment, tabor, permit fees, taxes, tests,
miscellaneous costs of all types, overhead, and profit for the item to be complete, in
place, and ready for operation in the manner contemplated by the Contract Documents.
BID SUMMARY
Item
Description
Estimated
Unit
Unit Price
Total Price
No.
Quantic
Improvements Oxidation Ditch
1
Mobilization and Demobilization
I LS
2
General Requirements
I LS
$
$
134
3
Indemnification
I LS
S 1.000.00
$
1.000.00
4
Drain the Oxidation Ditch
460 1000 gallons
13,00
$
Clean the Oxidation Ditch
3,000 TON
'omw
6
Structural Repair'Rehabilitation Allowance
1 LS
$ 60,000.00
S
60.000.00
7
All Other Work Not Included in Items 1 through 6
1 LS
$
$
y
WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABI ITA ION
(SUFI OF NUMBERS I THROUGH 7) 1
$
The following documents are attached to and made a condition of this Bid
(a) Bid Bond/Bid Security (Section 00410 and surety bond or cashier's check).
(b) Power of Attorney (for surety bond only).
(c) Public Entities Crime Form (Section 00470).
(d) Noncollusion Affidavit (Section 00480).
(e) Trench Safety Affidavit (Section 00490).
(f) Corporate authority to execute Bid (for any corporate employee other than
president or vice president.
(g) Questionnaire and Subcontractor Listing (Sections 00301 and 00301-A).
(h) Evidence of Bidder's Certification and License to perform the work.
RSS/snr/slh/specs/s-1/00300
Tt9200-52528-13003 00300-2 051616
`o
(i) Experience and financial statement demonstrating the Bidder's ability to
successfully complete the work.
(j) References (Section 00302).
(k) Similar Projects (Section 00303).
(1) Drug Free Workplace (Section 00310).
6. The terms used in this Bid, which are defined in Article I of the General Conditions shall
have the meanings assigned to them in the General Conditions as amended by the
Supplementary Conditions.
COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90-96, LAWS OF
FLORIDA)
TOTAL: $ O�
THIS IS NOT A PAY ITEM. The purpose of this form is to disclose information on the costs
associated with trench safety measures and to insure that the Bidder has considered these costs
and included them in the Bid Price. Contractor will not receive additional payment if actual
quantities differ from those estimated above or if the Contractor uses a safety measure different
than those listed.
Failure to complete the above may result in the Bid being declared non-responsive.
RS S/snr/s lh/specs/s-1 /00300
Tt9200-52528-13003 00300-3 051616
Bidder hereby
acknowledges that all costs for complying with the Florida Trench Safety
Act (90-96, Laws of Florida) are included in the various
items of the proposal and in the
Total Bid Price. For informational purposes only,
the Bidder is required to further
identify these costs, to be summarized below:
Trench Safety
Units of Unit
Unit Extended
Measure
Measure (Quantity)
Cost Cost
A
Description
S1 try �
(LF, SY)
LS I
$- I p� $ I W6
f.n
L S t
$(L $--
C
D
$ $
TOTAL: $ O�
THIS IS NOT A PAY ITEM. The purpose of this form is to disclose information on the costs
associated with trench safety measures and to insure that the Bidder has considered these costs
and included them in the Bid Price. Contractor will not receive additional payment if actual
quantities differ from those estimated above or if the Contractor uses a safety measure different
than those listed.
Failure to complete the above may result in the Bid being declared non-responsive.
RS S/snr/s lh/specs/s-1 /00300
Tt9200-52528-13003 00300-3 051616
NAME OF BIDDER:
f(alof
If Bidder is: (ALL SIGNATORIES MUST HAVE THEIR NAME PRINTED OR TYPED
BELOW THEIR SIGNATURE)
SOLE PROPRIETORSHIP /\1 A
(SEAL)
(Individual's Signature)
(SEAL)
(Individual's Name)
Doing Business as
Business Address:
Phone No
Fax No.:
E -Mail Address:
Florida Licence No.:
A PARTNERSHIP ti I A
(SEAL)
(Partnership Name)
(SEAL)
(General Partner's Signature)
(SEAL)
(General Partner's Name)
Business Address:
Phone No.:
Fax No.:
E -Mail Address:
Florida License No.:
RSS/snr/s Ih/specs/s- I /00300
Tt#200-52528-13003 00300-4 051616
NAME OF BIDDER:
�\ (CAa
(Corporate Seal�1_a__Yvy
Attest &
Phone No.: 15b) - rj y - 1 a3�
Fax No.:
E -Mail Addres
Corporation President:: q�oW1cx-s N .Nae
Florida License No.: 1 li(, Q q030 '-I
RSS/snr/slh/specs/s- 1/00300
Tt#200-52528-13003 00300-5 051616
RS S/snr/slh/specs/s-1 /00300
Tt#200-52528-13003 00300-8 051616
SCHEDULE OF BASE BID MANUFACTURERS/SUPPLIERS
Item
Equipment Item
Specification
Base Bid
No.
or Material
Section No.
Manufacturer/Supplies
1.
Paintings
09900
A.
Carboline
®
Tnemec Company, Inc.
C.
Keeler & Lone, Inc.
D.
Porter International
2.
Fabricated Aluminum Slide and Weir
11287
A.
Waterman Industries
Gates
B.
Rodnev Hunt Company
Fontaine
D.
Whipps
J.
Fine Bubble Diffused Aeration System
11376
Aquarius
Sanitaire
4.
Oxidation Ditch Aeration Equipment
11377
O
Ovivo
5.
FRP Carousel Aerator Cover System
11,380
Q
Midwestern Fabricators
B
Enduro Composites
6.
Positive Displacement Blowers and
11450
®
Universal Blower Pac Inc.
Accessories
B.
Excelsior
7.
Control Systems Supplier
13600
O
Santis Engineering
B.
Rocha Controls
8.
Ductile Iron Pipe
15050
A.
American
U.S. Pipe
C.
Clow/McWane
9.
Ductile Iron Fittings
15050
()
Tyler/Union
B.
Clow/McWane
C.
American
10.
Plu, Valves
15050
A.
Mueller/Pratt
B.
Clow/Kennedy
Dezurik
11.
Gate Valves Q— and larger)
15050
A.
American-Darling Valve
Company
B.
Clow
C.
U.S. Pipe
M&H
Kennedy
F.
Mueller
G.
Tyler
12.
Tapping Sleeves and Valves
15050
(2)
JCM
B.
U.S. Pipe
C.
Mueller
D.
American
RS S/snr/slh/specs/s-1 /00300
Tt#200-52528-13003 00300-8 051616
Item Equipment Item Specification Base Bid
No. or Material Section No. ManUfacturer/Supplier
13. Bypass Pumping 11312 A Godwin Pumps
B. Thompson
C. Rain for Rent
SUBSTITUTIONS AND "OR EQUAL"
The undersigned as Bidder agrees that substitutions, or "or equal" items will not be considered
until after the "Effective Date of the Agreement' and will be evaluated in accordance with
Paragraph 6.05, of the General Conditions as amended by the Supplementary Conditions. If
Bidder intends to propose substitutions or "or equal" items after the "Effective Date of the
Agreement', it is agreed that these items will be listed on the Substitution List that must be
included with the Bid (form provided herein). Only the proposed substitutions or "or equal"
items listed on the Substitution List and submitted at the time of Bid will be evaluated by the
Engineer in accordance with the General Conditions.
SUBSTITUTION LIST OF
MANUFACTURERS/SUPPLIERS
Bidder proposes the following substitutions and "or equal" items of alternate
manufacturers/suppliers for the equipment of material categories so identified:
Equipment Substitute/"or equal"
Item Drawing Spec. Manufacturer/Supplier Proposed
Material No. Section (List One Onlv) Price Deduct
2.
3.
4.
5.
6.
7.
9.
10.
END OF SECTION
RSS/snr/slh/specs/s-I/00300
Tt#200-52528-13003 00300-9 051616
SECTION 00301
QUESTIONNAIRE
DATE:
PROJECT IDENTIFICATION: CITY OF CAPE CANAVERAL, FLORIDA
WWTP IMPROVEMENTS FOR
OXIDATION DITCH REHABILITATION
NAME OF BIDDER:
BUSINESS ADDRESS:
CONTRACTOR'S FLORIDA LICENSE NO
The undersigned warrants the truth and accuracy of all statements and answers herein contained.
Include additional sheets if necessary.
How many years has your organization been in business as a general contractor?
Describe and give the date and owner of the last project that you have completed similar in
type, size, and nature as the one proposed?
Have you ever failed to complete
awarded to you? If so, where and why?
RS S/sn r/specs/s-1 /003 01
Tt#200-52528-13003 00301-1 021114
I
q�jDOD -
,V19
4. Name three (3) individuals or corporations for which you have performed work and to
which you refer:
G
Have you personally inspected the site of the proposed work? Describe any anticipated
problems with the site and your proposed solutions?
N
6. Will you subcontract any part of this work? If so, describe which portions:
Y -e5 — Sl'eC�'c'�U,(� 4 yo,\A\'VICA
7. Please list the names and addresses of the subcontractors to be used for the portions of the
work listed below. Additional information may be required in accordance with the
Instructions to Bidders, Article 10. See Section 00301-A.
EARTHWORK:
PAVING:
CONCRETE:
MECHANICAL:
OTHER:
/V A
RS S/sn r/specs/s-1 /00301
Tt#200-52528-13003 00301-2 021114
e�1 ey ^ Vytr,x
cow-
,�eEft Ww
a
What equipment do you own that is available for the work?
9. What equipment will you purchase for the work?
A
10. What equipment will you rent for the work?
/VI 6 r\ e -
END OF SECTION
RSS/snr/specs/s-1/00301
Tt9200-52528-13003 00301-3 021114
SECTION 00301-A
SUBCONTRACTOR LISTING
List all proposed subcontractors to be used for this project regardless of racial or gender
grouping.
Firm Name, Estimated
Address and Dollar
Telephone Number Trade Amount
* 1tart TurV16u �I uvV.
lvle,��(vve FL
I- - v;r
Gry
$�at,a'
*
$
*
$
*
Use additional sheets if necessary.
END OF SECTION
Minority,
Female or
Maioritv Owned
RSS/snr/specs/s- 1/00301A
Tt#200-52528-13003 00301A-1 021114
SECTION 00302
REFERENCES
Project Name: Citv of Cape Canaveral, WWTP Improvements for
Oxidation Ditch Rehabilitation
OW'NER CONTACT PERSON TELEPHONE NUMBER
3-M-eSS1
-q,�7
RSS/snr/specs/s-1/00302
Tt9200- 2528-13003 00302-t 021114
SECTION 00303
SIMILAR PROJECTS
Project Name: Citv of Cave Canaveral, WWTP Improvements for
Oxidation Ditch Rehabilitation
List at least five (5) similar projects completed in the last three years that indicate the experience and qualifications of
the Bidder (relative to this proiect . Similar experience shall be projects for wastewater treatment plant improvements or
upgrades for wastewater treatment facilities LO mgd ADF or greater and include aeration system improvements with
similar types of equipment (i.e. surface aerators, blowers, diffusers, etc.). Information should include Owner's name with
contact person; description of work including Bidder's responsibilities; original contract price; final contract price;
original contract time; actual time to complete the project; and any relevant circumstances or conditions about the
project. �l,J /� ` \ �/.�} \ ' t \ V c
RPOJECT iNANIE: �17�A V _� VV�GI� 11c v- la .5 W � � � R etv\\bC hJ
OWNER'SNXWE: r 1f'
CONTACT: l l PH NE: `6 O_ 6Z5 1
PROJECT DESCRIPTION: --.'-See- Gl( iQ A o fA t o l e conn Cv"KP l r
ORIGINAL CONTRACT AMOUNT: I UU V
FINAL CONTRACT AMOUNT: S Y% 6 t
NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS:
ORIGINAL CONTRACT TIME (Substantial Completion): U ��
ACTUAL TIME TO COMPLETE (Substantial Completion): I o 2L
OTHER RELEVANT INFORMATION:
PRO'AAZME:
OWNER'S NAME:
CONTACT: Y' rt'_
PROJECT DESCRII
ORIGINAL CONTRACT AMOUNT: S I b 1 J VU
FINAL CONTRACT AMIOUNT: $= 0 3 7
NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: _
ORIGINAL CONTRACT TIME (Substantial Completion): I i
ACTUAL TINB TO COMPLETE (Substantial Completion): 1
41 baI(
70
We
RSS/snr/specs/s-1 /00303
Tt#200-52528-13003 00303-1 062514
OTHER RELEVANT INFORNLA
q,ECT NAME:
OWNER'S NA/�E:. &
CONTACT: .,-
PROJECT DESCRII
ORIGINAL CONTRACT AMOUNT: S it ( ! U U —
FINAL CONTRACT AMOLNT: S . a a3;t -
i
NUMBER AND DOLLAR ,A\IOLNiT OF CHANGE ORDERS: cJ 3 1 tJ 3
ORIGINAL CONTRACT TIME (Substantial Completion): I '
ACTUAL TIME TO COMPLETE (Substantial Completion): (' a
OTHER RELEVANT INFORMATION:
PROJECT AME: i Ce \ C ` Y \Y� Jn eVne(As
O\VNER'S NA%IE: ' v\ C - c�Ss +, �i t �mtw\ 4 .: (A
CONTACT: rtVkoeL1(V\v\ Z HONE: 5 u\' 7 "3070
PROJECT DESCRIPTION-: e'e Ck L \e \ 1 1M e \ vice
t
ORIGINAL CONTRACT AMOUNT: S
FINAL CONTRACT AMOUNT: S 7 , a
NUMBER AND DOLLAR A\IOCNT OF CHANGE ORDERS: 5 el Ll
ORIGINAL CONTRACT TIME (Substantial Completion): q�.
ACTUAL TIME TO COMPLETE (Substantial Completion):
OTHER RELEVANT INFORMATION:
RSS/snr/specs/s- t/00303
Tt#200-52528-13003 00303-2 062514
# JaI5
PROJECT NAME: S
OWNER'S NAS[E:
CONTACT:L
PROJECT DESCRIPTION:
ORIGINAL CONTRACT AMOUNT: S i4, �-7 � I -a o
FINAL CONTRACT AMOLN'T:S a 1 %SN 1 sa
NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: -7 aS
ORIGINAL CONTRACT TIME (Substantial Completion): U
ACTUAL TIME TO COMPLETE (Substantial Completion): t
OTHER RELEVANT INFORMATION:
f I1C�
PROJECI
OWNER'S
CONTACI
PROJECT
ORIGINAL CONTRACT AMOUNT: S ` �J 3S
FINAL CONTRACT AMOUNT: S u
NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: -1
ORIGINAL CONTRACT TIME (Substantial Completion): �
ACTUAL TIME TO COMPLETE (Substantial Completion): a) asci
OTHER RELEVANT NFORMATION:
RSS/snr/specs/s- 1/00303
Tt#200-52528-13003 00303-3 062514
Section 00310
DRUG-FREE WORKPLACE
The undersigned vendor, inaccordancewith Florida Statute 287.087, hereby certifies that
F`0C\ lAW"oes:
/Name of Be iness)
I . Publish a statement notifying employee that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the
actions that will be taken against employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of
maintaining a drug free workplace, any available drug counseling, rehabilitation, and employee
assistance programs, and the penalties that may be imposed upon employees for drug abuse
violations.
3. Give each employee engaged in providing the commodities or contractual services that are
proposed a copy of the statement specified in subsection (1).
4. In the statement specified in subsection ( 1), notify the employees that, as a condition of working
on the commodities or contractual services that are under bid, the employee will abide by the
terms of the statement and will notify the employer of any conviction of, or plea of guilty or
nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the
United States or any state, for a violation occurring in the workplace no later than five (5) days
after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any employee who
is so convicted.
6. Make a good faith effort to continue to maintain a drums free workplace through implementation
of this section.
As the person authorized to sign this statement. Icer -y that this'tirm complies fully with the above
requirements.
Signature
Date
(THIS FORibI MUST BE COMPLETED IF APPLICABLE AND RETURNED WITH YOUR PROPOSAL)
RSS/snr/specs/s-1 /00310
Tt#200-52528-13003 00310-1 022614
SECTION 00410
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
Florida Design Contractors, Inc. as Principal, and
Fidelity and Deposit Company of Maryland as Surety, are hereby held and firmly bound unto the
City of Cape Canaveral, Florida as Owner in the penal sum of, (five percent (5%) of the Contract
Bid) ---5%--- of the amount bid for the payment of which, well and truly
to be made, we hereby jointly and severally bind ourselves, successors and assigns to pay Owner
upon default of Bidder the penal sum set forth on the face of this Bond.
Signed, this 3oth day of lune 20 16.
The condition of the above obligation is such that whereas the Principal has submitted to City of
Cape Canaveral, Florida, a certain Bid, attached hereto and hereby made a part hereof, to enter
into a contract in writing, for the City of Cape Canaveral WWTP Improvements for Oxidation
Ditch Rehabilitation.
NOW THEREFORE,
I. Default of Bidder shall occur upon the failure of Bidder to deliver within the time
required by the Bidding Documents the executed Agreement required by the
Bidding Documents and any performance and payment bonds required by the
Bidding Documents and Contract Documents.
2. This obligation shall be null and void if:
2.1 Owner accepts Bidder's bid and Bidder delivers within the time required
by the Bidding Documents (or any extension thereof agreed to in writing
by Owner) the executed Agreement required by the Bidding Documents
and any performance and payment bonds required by the Bidding
Documents and Contract Documents, or
2.2 All bids are rejected by Owner, or
2.3 Owner fails to issue a notice of award to Bidder within the time specified
in the Bidding Documents (or any extension thereof agreed to in writing
by Bidder and, if applicable, consented to by Surety when required by
paragraph 5 hereof).
3. Payment under this Bond will be due and payable upon default of Bidder and
within thirty (30) calendar days after receipt of Bidder and Surety of written
notice of default from Owner which notice will be given with reasonable
promptness, identifying this Bond and the Project and including a statement of the
amount due.
RS S/snr/specs/s-1 /00410
Tt9200-52528-13003 00410-1 022614
4. Surety waives notice of any and all defenses based on or arising out of any time
extension to issue notice of award agreed to in writing by Owner and Bidder,
provided that the time for issuing notice of award including extensions shall not
in the aggregate exceed ninety (90) days from Bid Due without Surety's written
consent.
5. No suit or action shall be commenced under this Bond prior to thirty (30) calendar
days after the notice of default required in paragraph 3 above is received by
Bidder and Surety, and in no case later than one year after Bid Due Date.
6. Any suit or action under this Bond shall be commenced only in a court of
competent jurisdiction located in the state in which the Project is located.
7. Notice required hereunder shall be in writing and sent to Bidder and Surety at
their respective addresses shown on the face of this Bond. Such notices may be
sent by personal delivery, commercial courier or by United States Registered or
Certified Mail, return receipt requested, postage pre -paid, and shall be deemed to
be effective upon receipt by the part concerned.
8. Surety shall cause to be attached to this Bond a current and effective Power of
Attorney evidencing the authority of the officer, agent or representative who
executed this Bond on behalf of Surety to execute, seal and deliver such Bond and
bind the Surety thereby.
9. This Bond is intended to conform to all applicable statutory requirements. Any
applicable requirement of any applicable statute that has been omitted from this
Bond shall be deemed to be included herein as if set forth at length. If any
provision of the Bond conflicts with any applicable provision of any applicable
statute, then the provision of said statute shall govern and the remainder of the
Bond that is not in conflict therewith shall continue in full force and effect.
10. The term 'bid" as used herein includes a bid, offer or proposal as applicable.
RSS/snr/specs/s-1/00410
Tt#200-52528-13003 00410-2 022614
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,
and such of them as are corporations have caused their corporate seals to be hereto affixed and
these presents to be signed by their proper officers, the day and year first set forth above.
Principal (Print Full Name):
Surety (Print Full Name):
Fidelity and Deposit Company of Maryland (Seal)
Surety's Name and Corporate Seal
By: -h1 f1%1
Signature lattach power of attorney)
Allyson Foss, Attorney -In -Fact &
Title: Thomas H. Clarke. President Title: Florida Licensed Resident Agent
ii Inquiries: 321)800- 594
Attest: — SeCSf�l(Attest: /. v r
Signature and Title / i Signature Ind Yitle Robert A. Wing, Jr., Witness
IMPORTANT - Surety companies executing bonds must appear on the Treasury Department's
most current list (Circular 570 as amended) and be authorized to transact business in the State of
Florida. See Article 5 of the General Conditions as amended by Supplementary Conditions.
END OF SECTION
RS S/snr/specs/s-1 /00410
Tt#200-52528-13003 00410-3 022614
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and we hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Allyson FOSS and Jorge BRACAMONTE, both of Winter Park, Florida, EACH its true and lawful agent and
Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and
undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as
fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the
ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL
AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of February, A.D. 2015.
ATTEST:
By:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
RT
1oai. two /"J
Secretary Vice President
Eric D. Barnes Michael Bond
State of Maryland
County of Baltimore
On this 24th day of February, A.D. 2015, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICHAEL
BOND, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and
who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said
officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate
Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written
POA -F 031-0116
r
rqn
m,a
Maria D. Adamski, NotaryPublic
My Commission Expires: July 8, 2019
POA -F 031-0116
SECTION 00420
CORPORATE RESOLUTION
Secretary of 1 i-\&
a corporation organized and existing under the laws of the
State or I— koc tQLI , hereby certify that at a meeting of the Board of Directors of the
Corporation duly called and held on Ll / I , 2011 , at which a quorum
was present and acting throughout, the following resolutions were adopted and are now in full
force and effect:
RESOLVED that the following individuals of this corporation are authorized to execute
on behalf of this corporation a Bid and Agreement to City of Cape Canaveral, Florida for the
construction of the City of Cape Canaveral WWTP Improvements for Oxidation Ditch
Rehabilitation.
I further certify that the names of the officers of this corporation and any other persons
authorized to act under this resolution and their official signatures are as follows:
NAME
7`nOvvus R .CWLe.
OFFICER
C &e
OFFICIAL SIG\,NfJRE
IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary and affixed
the seal of the corporation this 30'L"—day of 7,&h,v— , 20Z
SECRETARY: 2 21+ rl `ii�, �; �G7— DATE: 36 1
(Signature)
END OF SECTION
RSS/snr/specs/s- l /00420
Tt#200-52528-13003 00420-1 022614
SECTION 00470
SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a),
FLORIDA STATUTES. ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY
PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
I. This sworn statement is submitted to C��V A CCkQCL VfA 4C'.CLI\
1 (rint name o thepuublic entity)
1
by I YNUYV�GIS \ .c`Wste —�Ce"S; eok
D
(printindividual's name and title)
for floc ,1 �-t e -De- ':t:VIC.
(print name of entity sub ' tins sworn statement)
whose business address is
V-,,1\�Uy, Dc.
F� 33103
and (if applicable) its Federal Employer Identification Number (FEIN) is �� �O 3 (01 V0
(If the entity has no FEIN, include the Social Security Number of the individual signing
this sworn statement: A 1 /t )
2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(8), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or of the United States, including, but not limited
to, any bid or contract for goods or services to be provided to any public entity or an
agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material
misrepresentation.
3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(I)(b),
Florida Statutes means a finding of guilt or a conviction of a public entity crime, with or
without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July I, 1989, as a result of a jury
verdict, nonjury trial, or entry of a plea of guilty or nolo contendere.
4. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes.
means:
RSS/snr/specs/s-1 /00470
Tt#200-52528-13003 00470-1 021114
I . A predecessor or successor of a person convicted of a public entity crime; or
2. An entity under the control of any natural person who is active in the management
of the entity and who has been convicted of a public entity crime. The term "affiliate'
includes those officers, directors, executives, partners, shareholders, employees.
members, and agents who are active in the management of an affiliate. The ownership by
one person of shares constituting a controlling interest in another person, or a pooling of
equipment or income among persons when not for fair market value under an arm's length
agreement, shall be a prima facie case that one person controls another person. A person
who knowingly enters into a joint venture with a person who has been convicted of a
public entity crime in Florida during the preceding 36 months shall be considered an
affiliate.
5. 1 understand that a "person" as defined in Paragraph 287.133(I)(e), Florida Statutes,
means any natural person or entity organized under the laves of any state or of the United
States with the legal power to enter into a binding contract and which bids or applies to
bid on contracts for the provision of goods or services let by a public entity, or which
otherwise transacts or applies to transact business with a public entity. The term "person"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in management of an entity.
6. Based on information and belief, the statement which I have marked below is true in
. relation to the entity submitting this sworn statement. (indicate which statement applies.)
Neither the entity submitting this sworn statement, nor any of its officers,
directors, executives, partners, shareholders, employees, members, or agents who are
active in the management of the entity, nor any affiliate of the entity has been charged
with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers,
directors, executives, partners, shareholders, employees, members, or agents who are
active in the management of the entity, or an affiliate of the entity has been charged with
and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers,
directors, executives, partners, shareholders, employees, members, or agents who are
active in the management of the entity, or an affiliate of the entity has been charged with
and convicted of a public entity crime subsequent to July 1, 1989. However, there has
been a subsequent proceeding before a Hearing Officer of the State of Florida, Division
of Administrative Hearings and the Final Order entered by the Hearing Officer
determined that it was not in the public interest to place the entity submitting this sworn
statement on the convicted vendor list. (attach a copy of the final order.)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED N PARAGRAPH I (ONE) ABOVE IS
RSS/snr/specs/s-1 /00470
Tt9200-52528-13003 00470-2 021114
FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH
DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO
UNDERSTAND THAT 1 AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO
ENTERNG INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT
PROVIDED N SECTION 287.017, FLORIDA STATUT FOR CATEGORY TWO OF
ANY CHANGE N THE INFORMATION CONTAIN i HIS FORM., --
Sworn to and subscribed before me this
Personally known
OR Produced identification A//,4
(type of identification)
day of 7\wvn 20�.
Notary Public - Sta f Florida
My commission expires
(printed, typed or stamped commissioned
name of notary public.)
END OF SECTION k"*,,t ELISEA J LAPERNA
MY COMMISSION N FF947982
EXPIRES January 05 2020
i�Cr)9e-0.t ibvWNourvServca :on
RS S/snr/specs/s- 1/00470
Tt9200-52528-13003 00470-3 021114
SECTION 00480
NONCOLLUSION AFFIDAVIT
STATE OF
COUNTY OF �Ah/\
71 Y1(�Y r1G15 L� VitC 1� ,L' being first duly sworn deposes and says that:
He (ita is the 'NC?0C40'ev�\ . of
the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
I Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affidavit, have in any way, colluded,
conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or
person to submit a collusive or sham Bid in connection with the Contract for which the
attached Bid has been submitted; or to refrain from bidding in connection with such
Contract; or have in any manner, directly or indirectly, sought by agreement or collusion,
or communication, or conference with any Bidder, firm, or person to fix the price or
prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost
elements of the Bid price or the Bid price of any other Bidder, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against
(Recipient), or any person interested in the proposed Contract;
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or
any other of its agents, representatives, o"ners. employees or Pparties in interest,
including this affidavit.
RSS/snr/specs/s- 1/00480
Tt9200-52528-13003 00480-1 021114
Sworn andsubscribedto before me this 3b�day of 31,AV\e 20�. in the
State of FkQ(l . County of`P(l
Notary Public
My Commission Expires:
ILISSAJ LAPERNA
MV COMMISSION 1 FFU7"2 END OF SECTION
EXPIRES January5
OS 2020
aor
yIECI.i f4flY✓bW1.SM�'CII5
RSS/snr/specs/s- 1/00480
Tt#200-52528-13003 00480-2 021114
SECTION 00490
TRENCH SAFETY AFFIDAVIT
Trench excavations on this Project are expected to be in excess of 5 feet deep. The Occupational
Safety and Health Administration excavation safety standards, 29 CFR 1926.650 Subpart P
trench safety standards will be in effect during the period of construction of the Project.
Bidder acknowledges that included in the Bid Price are costs for complying with the Florida
Trench Safety Act (90-096, Laws of FL) effective October 1, 1990, and hereby gives assurance
that, if awarded the Contract, the Contractor or Subcontractor performing trench excavation
work on the Project will comply with the applicable trench safety standards. The Bidder further
identifies the costs as follows:
0
CITY OF CAPE CANAVERAL
WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILITATION
(Cost in Words)
TOTAL $ UCO
FAILURE TO COMPLETE THE ABOVE SHALL RESULT IN THE BID BEING
DECLARED NON-RESPONSIVE
DATE: (p 3
M
IM
END OF
MPANY N E: — �. 1 1 l "A }O�Jw
SECTION
RSS/snr/specs/s- 1/00490
Tt#200-52528-13003 00490-1 021114
— ESTABLISHED 1979 —
Financial Statement
Will Supply Upon Request if Low Bidder
1326 South Killian Drive, Lake Park, FL 33403
-iw. Florid3Desi-qnContractors. com
Phone: 561-845-1233 Fax: 561-848-5992
CGC-040304
This deccm3rt is valid only wher receipted by the Tax Collector's Office
FLORIDA DESIGN CONTRACTORS INC
FLORIDA DESIGN CONTRACTORS INC
1326 S KILLIAN DR
LAKE PARK, FL 3340.3-1919
n 11n1��11�nll�nnll�nnl��Ilnn1�1111n
STATE OF FLORIDA
PALM BEACH COUNTY
2015/2016 LOCAL BUSINESS TAX RECEIPT
B1-223
LBTR Number: 199602411
EXPIRES: SEPTEMBER 30, 2016
This receiot grants the privilege of engaging in or
managing any business profession or occupation
within its jurisdiction and (MUST be conspicuously
displayed at the Glace of business and in such a
mariner as to be open to the view of the public.
U_ ANNE 11iG AN N O_N P,O, Box 3353, Wast Palm Beach, FL 33.102-3353 "LOCATED AT"
_'r% CONSTITUTIONAL TAX COLLEC70R www.pbotax.com Tel. (561) 355-2264
' i_rvin; Pahl Beach cal"Itty 1326 S KILLIAN DRIVE
LAKE PARK, FL 33403-1919
Serving tyou.
P/PE OF 3USINE33 COINER CERTIFCAT:CN $ RE:&P T 310ATE PAIO AWT PAID BILL P
23-0051 GENERAL CONTRACTOR it CLARKE Ti H CGC040304 5'6.3436a6 37.23115 1 127.50 1 34015"44'
This document is valid only when receipted by the Tax Collector's Office.
FLORIDA DESIGN CONTRACTORS INC
FLORIDA DESIGN CONTRACTORS INC
1326 S KILLIAN DR
LAKE PARK, FL 33403-1919
1111 1/1111111/ 41111111111111111111111111
STATE OF FLORIDA
PALM BEACH COUNTY
B3 207 201512016 LOCAL BUSINESS TAX RECEIPT
LBTR Number: 199602410
EXPIRES: SEPTEMBER 30, 2016
This receipt grants the privilege of engaging in or
managing any business profession or occuoatior
within its jurisdiction and IINIUST be conspicuously
displayed at the place of business and in such a
manrer as to be open to the vi=_w, of the public.
A bi N E NS . GA- N N O N
P O Sax 3353 Wast Palm Beach, FL 33412-3353
"LOCATED AT -
CONSTITUTIONAL TAX COLLECTOR
'MMN pccta4 com 7aL (531) 355-22-U
1 327 S KILLIAN DRIVE
in; Palm Noack County
LAKE PARK, FL 3 340 3-1 91 9
Serving 1101(.
7`E -F
S CF 3L31Nc'33
OWNER C'F'CAT'CNY
RE-E`4.C1`1,D AAI+RAID atL-i
23-D;1,?7
C:?RF.E THOAIA3i CGCOd03G4
3'134,58'-: 271'1 I 1753 i0 I 353!36455
This deccm3rt is valid only wher receipted by the Tax Collector's Office
FLORIDA DESIGN CONTRACTORS INC
FLORIDA DESIGN CONTRACTORS INC
1326 S KILLIAN DR
LAKE PARK, FL 3340.3-1919
n 11n1��11�nll�nnll�nnl��Ilnn1�1111n
STATE OF FLORIDA
PALM BEACH COUNTY
2015/2016 LOCAL BUSINESS TAX RECEIPT
B1-223
LBTR Number: 199602411
EXPIRES: SEPTEMBER 30, 2016
This receiot grants the privilege of engaging in or
managing any business profession or occupation
within its jurisdiction and (MUST be conspicuously
displayed at the Glace of business and in such a
mariner as to be open to the view of the public.
U_ ANNE 11iG AN N O_N P,O, Box 3353, Wast Palm Beach, FL 33.102-3353 "LOCATED AT"
_'r% CONSTITUTIONAL TAX COLLEC70R www.pbotax.com Tel. (561) 355-2264
' i_rvin; Pahl Beach cal"Itty 1326 S KILLIAN DRIVE
LAKE PARK, FL 33403-1919
Serving tyou.
P/PE OF 3USINE33 COINER CERTIFCAT:CN $ RE:&P T 310ATE PAIO AWT PAID BILL P
23-0051 GENERAL CONTRACTOR it CLARKE Ti H CGC040304 5'6.3436a6 37.23115 1 127.50 1 34015"44'
This document is valid only when receipted by the Tax Collector's Office.
FLORIDA DESIGN CONTRACTORS INC
FLORIDA DESIGN CONTRACTORS INC
1326 S KILLIAN DR
LAKE PARK, FL 33403-1919
1111 1/1111111/ 41111111111111111111111111
STATE OF FLORIDA
PALM BEACH COUNTY
B3 207 201512016 LOCAL BUSINESS TAX RECEIPT
LBTR Number: 199602410
EXPIRES: SEPTEMBER 30, 2016
This receipt grants the privilege of engaging in or
managing any business profession or occuoatior
within its jurisdiction and IINIUST be conspicuously
displayed at the place of business and in such a
manrer as to be open to the vi=_w, of the public.
}
F
W
U
W
N
Z
O
N
Q
J
Z
W
Y
Z
O
a
LLJ
J
70
_jO
J m
a
Oz
a
W W
K OJ
0 a>-
LL
O an
~ W?
coZZ
O
m U
LLM
O�
ZZ
w
a
W
a
Ui
LL
rn
OD
v
Giao
00 m0
W N
QtiU�
o cl)
H O
OU 0
o¢
USN..
o Q 3 o m
o `ona
o W ry C
Z-0
LU -0
U Eva
L Co C X
FZDW
U
Z
uj
O
r
ZU> M
QQo
Of
Z cc')
=0 LL
U
Qit
Zp
:
ON_�
Q
f-0JK
Y -
fn Ya
¢OmQ
U LL — J
a
w
G
W
7
N
/1 FLORDES-02 LGLEASON
A Ill'141 CERTIFICATE OF LIABILITY INSURANCE DATE V51DD,YY Y)
�� 2/zs/2o1s
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder In lieu of such endorsement(s).
PRODUCER CONTACT Lori B. Gleason
NAME:
Collinsworth, Alter, Lambert, LLC PHONE -AX 561 427.6730
23 Eganfuskee Street (AIC,u = r (Aic No)
Suite 102 2ORIEss: Igleason@calllc.com
Jupiter, FL 33477 INSURERS) AFFORDING COVERAGE NAICY
INSURER A:Amerisurs, Mutual Ins Co 23396
INSURED
Florida Design Contractors, Inc.
1326 South Killian Drive West
Lake Park, FL 33403
INSURER 3. Amensure Insurance Go -16400
INSURER North River Insurance Company 21105
INSURER D - Travelers F9209
INSURER ? _
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFf THAT THE POLICIES OF INSURANCE LISTED BELOW HA`!-- BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD i
INDICATED. NOT'TNIT'HSTANDING ANY REOUIRENIENT,
TERM OR CONDITION OF AIN'( CONTRACT OR OTHER DOCUMENT'MITH RESPECT TO'P/HICH
THIS ,
1 CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL
THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. LIMITS SHOP/N MAY HA' /E BEEN REDUCED SY PAID CLAMS.
INS0. Ty?c OF INSURANCEADOL
LTR
POLICY EFF POLICY =XP LIMITS
INS0 'M/D POLICY NUMBER MMIOOM'YY MMIDOIYYYY
A X COMMERCIAL GENERAL LIA3ILITYEACH
OCCURRENCE
1,000,0001
-LAMIS.MAOE X xCUR
CPP20522710702 03/0112016 03/01/2017 �RE�nsilEa TccuRarLal
100,006
X XCU & Contractual
MED -AP 1A.y Ji,. �.scn)
5,0001
X Broad Form Prop. Dam
?=-RSONAL i ADV IN;URY 3
1,000,000
3EN'L AGGREGATE UMR AP -LES PER.
GENERAL AGGREGATE
2,000,0001
_ POLICY X JEOT '_9C
PRODUCTS -SONIPICP ADD i
2,000,0001
OTHER:
I
AUTOMOBILE LIABILITY
CEMBIdcnt131NGL9'_iMIT
1,000,0001
B —X ANY AUTO
CA20523030701 0310112016 0310112017BODILY w:uRY;Per pars..) i
1
ALL OWNEO SCHEDULED
30DILY iN.URY/Par acadeMl i
AUTOS AUTOS
X X NON-0WNED
PROPER-( DA,SIAGE
HIRED AUTOS AUTOS
/Per n )
PIP Coverage
10,000
X UMBRELLA LIAR X OCCUR
EACH OCCURRENCE 3
5,000,0001
C EXCESS LAB J Z'-AINIS-MADE
5811043365 0310112016 03/0112017 AGGREGATE S
10,000,0001
DED - X R=Tcpl'iIN 3 0
-
WORK'cRS CCMPENSATION
- X STATUT- OT.H
AND EMPLOYERS' LIABILITY
B +Nv P40PMETOR,PARc:NER,eZ=_U'NE YIN
WC205227207 03/0112016 0310112017 = _. EACH A=CENT i
1,000, 0001
1:=10ERWEAIBER EXCLUDED'
(Mandatory in NH) —I
NIA _
- _. DISEASE - EA )API-OYE=_' i
1,000,000
I'.f /9s, dee..bB Ander
POUCY'UMIT'i
1,000,0001
DESCRIPTION OF OPERATIONS O.I.w
L. DISEASE -
D Inland Marine
0T6607132P826TIL16 0310112016 03/0112017 Rented/Leased Equip.
250,0001
D Inland Marine
OT6607132PS26TIL16 03/0112016 03/01/2017 Scheduled Equipment
DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is requlred)
Certificate holder Is named as additional insured including products and completed operations for general liability per CG7048, auto liability, and
umbrella
liability when required by written contract.
General Liability is primary and non contributory when required by written contract. Waiver of subrogation applies
to General Liability, Auto, Umbrella, and Workers' Compensation coverages for the additional Insureds when required by written contract. Should any of the
above described policies be cancelled, notice
will be delivered in accordance with the policy provisions.
Florida Design Contractors, Inc.
1326 South Killian Drive W
Lake Park, FL 33403
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
9) 1988.2014 ACORD CORPORA
ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD
All rights reserved.
a
m
it
m
m
3
am
g
3
3�" om OQ
fp N n
t0 �'�
'� �` y o
a iO 4i Sim
p1 9i
3 w¢3
m`9
oomi
oAi
�'nm
}o 2m
2 6
m 3
v S o A
c
oT
m N 8 `� m
F c
_
� g ,� �°
v
S
� g 'm
`� v % S
3 s
� e �' S F d S
.oi,
_ - m �
ry
d
0
3 o rh S__
=
c-_ 3 a
_per o=
3
of
a$ o¢
3? 3 v, �i' N
C
3 A
S
- x
o
a
�c £��e' m a
a m
s
m -i° c c o -'
rt
w X o' m
_
o
_g_ < .75
c v& _m SR 8
o F- 3
�'
5' £
M
n ET
go 3 w
y
O O
c
N
o.
_o
m
a
v
v
n