Loading...
HomeMy WebLinkAboutL7 (3)caps I SECTION 00300 [at SUBMITTED: i9 So 1Io Dat PROJECT IDENTIFICATION: CITY OF CAPE CANAVERAL WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILITATION NAME OF BIDDER: L3 C o nstr1.ICt1 O BUSINESS ADDRESS: 438n aaint Tc,hns Pcartcw",- SU_ite-wo acLnfc,rcl-r-L. 3a-1-71 PhoneNo.: 321-017a-A3a5 FaxNo.: L107 -73a- BIQ E -Mail Address: hLPPPVPrtm Lacer S+.rue.tc . nnm CONTRACTOR'S FLORIDA LICENSE NO.: C o, G t 5 iy o 5 6 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. !j Dated o6/14 ;16 No. Dated No. 17 Dated o 6 i ;16 No. Dated No. __1; Dated o6 /1u ;16 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 (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. All Bid Items shall include all materials, equipment, labor, 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 No WW -FP 1 Description I mproN enteuts lot, Oxida tion Ditch Reha bilitation Mobilization and Demobilization Estimated Unit Quantity 1 LS Unit Price $114 000 Total Price $ 114 006 2 General Requirements I LS $10,100 $ 1 0, 100 3 Indemnification I LS $ 1,000.00 $ 1,000.00 4 Drain the Oxidation Ditch 460 1000 gallons $ 60 x7,600 5 Clean the Oxidation Ditch 3,000 TON $ 100 $300,000 6 Structural Repair/Rehabilitation Allowance 1 LS $ 60,000.00 $ 60,000.00 7 All Other Work Not Included in Items 1 through 6 1 LS $a, 175, ow $2,174000 WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILITATION SUM OF NUMBERS I THROUGH 7) $2 687,'700 w..;Ai , r, Cori 4w! A ""n"r-cok C18Vl;1r!J SP.ve.n -r1?riu86ui0 QAGL S0vert ku.n&ced no ceyt5 5. 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/s I h/specs/s-1 /00300 Tt#200-52528-13003 00300-2 051616 (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 1 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) 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 Description (LF, SY) A Trer1c4saox LF 100 $ 100 $ to, 000 B $ $ C $ $ D $ $ TOTAL: $10,000 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/slh/specs/s-1 /00300 Tt#200-52528-13003 00300-3 051616 NAME OF BIDDER: If Bidder is: (ALL SIGNATORIES MUST HAVE THEIR NAME PRINTED OR TYPED BELOW THEIR SIGNATURE) SOLE PROPRIETORSHIP (Individual's Signature) (SEAL) (SEAL) (Individual's Name) Doing Business as: Business Address: Phone No.: Fax No.: E -Mail Address: Florida Licence No.: A PARTNERSHIP (Partnership Name) (SEAL) (General Partner's Signature) (SEAL) (General Partner's Name) (SEAL) Business Address: Phone No.: Fax No.: E -Mail Address: Florida License No.: RS S/snr/s lh/specs/s-1 /00300 Tt#200-52528-13003 00300-4 051616 NAMEOFBIDDER: La CpnstnAxtion, enc. A CORPORATION 0 Constr tion,imc. (Corporation Name) Fj orido- (State of Incorporation) BY ire Lepever (Name of Person Authorized to Sign) (Corporate Seal) Attest (Secretary) Business Address: 43AO Saint Tohns p m .,rL�tr i 40 Sdnfpirc1� PL. a8T71 Phone No.: -q2I-R7a-9325 Fax No.: 4 07- 732- 791 ei E -Mail Address: b�Ceve�� L7 Co n ri i c m Corporation President:: 13rwct Lefever Florida License No.: G C" C l s 14 oSF. RSS/snr/slh/specs/s- 1/00300 Tt#200-52528-13003 00300-5 051616 NAME OF BIDDER: A JOINT VENTURE By (SEAL) (Name) (Address) By (SEAL) (Name) (Address) Business Address: Phone No.: Fax No.: E -Mail Address: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). 8. List the following in connection with the Surety which is providing the Bid Bond. Surety's Name: HCLrtForri Fires tnr rcLncP CoMP=i 3 Surety's Address: One ktc.Lrtfor& pirA_ya, HC&rf_pnnd r --r Q&LSS Name and address of Surety's resident agent for service of process in Florida: RSS/snr/slh/specs/s-1 /00300 Tt#200-52528-13003 00300-6 051616 SCHEDULE OF MANUFACTURERS/SUPPLIERS The Contract Documents are based upon the equipment or products available from the manufacturers/suppliers denoted as "A", 'B", etc. However, the Bidder must indicate in his Bid which Base Bid manufacturer/supplier he intends to use for each item of equipment listed by circling one (1) of the listed manufacturers/suppliers. Should the Bidder fail to circle a named supplier, he hereby agrees to provide the item listed as "A". After receipt of bids, the Bidder may not substitute for any manufacturer or supplier circled. If the Bidder desires to propose one (1) or more substitution or "or equal" manufacturers/ suppliers, he may write in the name of such substitution or "or equal' in the spaces provided on the pages following the lists, but he must, nevertheless, also circle one of the listed manufacturers/suppliers. All substitutions or "or equal' items must be identified at the time of Bid (see Paragraph 6.05 of the General Conditions as amended by the Supplementary Conditions). Substitutions or "or equal' items will not be considered when determining the Apparent Low Bidder. Substitutions or "or equal' items will not be evaluated or considered until after the 'Effective Date" of the Agreement. The Bidder shall base his Bid on providing one of the listed manufacturers and shall assume for bidding purposes that all substitutions or "or equal' items will not be accepted. If the proposed substitution or "or equal' manufacturer/supplier is determined "not equivalent" by the Engineer, the Bidder must use the circled manufacturer/supplier. If the Bidder fails to indicate which listed manufacturer/supplier he intends to use or if a substitution or "or equal' is rejected, he must use the supplier listed as "A". Also, if the Bidder circles more than one listed manufacturer/supplier, he must use the first manufacturer/supplier circled (unless a substitution or "or equal' is approved). Each proposed substitution or "or equal' will be evaluated in accordance with Paragraph 6.05 of the General Conditions following the Effective Date of the Agreement. In addition to the reimbursement required under Paragraph 6.05 of the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable to the change in manufacturers/suppliers, caused by the acceptance of proposed substitutions or "or equal' items, such as; additional field trips for the Engineer, additional redesign costs, and additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed substitutions or "or equal' items such as increased electrical requirements, larger buildings, modifications to structures, additional pumps, piping or tankage, etc., shall be borne by the Contractor and not by the Owner. Bidder further agrees that the use of substitute equipment offered will not affect the completion date. The Owner may request, and the Bidder shall supply any additional information on proposed substitutes or "or equal' items prior to Notice of Award. RSS/snr/slh/specs/s- 1/00300 Tt#200-52528-13003 00300-7 051616 SCHEDULE OF BASE BID MANUFACTURERS/SUPPLIERS Item Equipment Item No. or Material 1. Paintines 2. Fabricated Aluminum Slide and Weir Gates 3. Fine Bubble Diffused Aeration System 4. Oxidation Ditch Aeration Equipment 5. FRP Carousel Aerator Cover System 6. Positive Displacement Blowers and Accessories 7. Control Systems Supplier 8. Ductile Iron Pipe 9. Ductile Iron Fittings 10. Plug Valves 11. Gate Valves (3" and larger) 12. Tapping Sleeves and Valves No. D. Porter Base Bid 11287 A. Waterman Industries 15050 A. A U.. P' C. Clow/McWane 15050 A.T ler/Uni B. Clow/McWane C. American 15050 A. Mueller/Pratt B. B. Rodney Hunt Company 15050 A. American -Darling Valve n e Company DWhh Clow 11376 U.S. Pipe D. B. Sanitaire 11377 A. viv 11380 A Midwestern Fabricat 15050 < A. B. Enduro Composites 11450versal C. Blower Pac In D. B. Excelsior 13600 A. Santis Engineerin B. Roc a ontro s 15050 A. A U.. P' C. Clow/McWane 15050 A.T ler/Uni B. Clow/McWane C. American 15050 A. Mueller/Pratt B. Clow/Kennedy ezurik 15050 A. American -Darling Valve Company B. Clow C. U.S. Pipe D. M Ke F. Mueller G. Tyler 15050 < A. JC B. U.S. Pipe C. Mueller D. American RSS/snr/slh/specs/s- 1/00300 Tt#200-52528-13003 00300-8 051616 Item No. Equipment Item or Material Specification Section No. Base Bid Manufacturer/Si 13. Bypass Pumping 11312 A Godwin Pumps 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 Item Drawing Material No. 1. 2. 3. 4. 5. 6. 7. 9. 10. Substitute/"or equal' Spec. Manufacturer/Supplier Section (List One Only) END OF SECTION Proposed Price Deduct RSS/snr/slh/specs/s-1 /00300 Tt#200-52528-13003 00300-9 051616 SECTION 00301 QUESTIONNAIRE DATE: is 30 16 PROJECT IDENTIFICATION: CITY OF CAPE CANAVERAL, FLORIDA WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILITATION NAME OF BIDDER: L4 COnstruc i on., l n c BUSINESS ADDRESS: 4380 scLi nt -t oV��� Par��u_ �s�� Sttiite tun SanFordy PL. AQ7'71 Phone No.3e21-9701-�13a6 CONTRACTOR'S FLORIDA LICENSE NO. C Cil C I.C; 14 056 The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. I . How many years has your organization been in business as a general contractor? 8 U it CL -r-,% 2. 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 work awarded to you? If so, where and why? RSS/snr/specs/s-1 /00301 Tt#200-52528-13003 00301-1 021114 4. Name three (3) individuals or corporations for which you have performed work and to which you refer: IIJN'A bnl'-nMMry we I IM SMt-T4 467' ?521- i8+1y 6.?-ao CARPd#n&J 11M VJIL,Jlck. 352 -312 - 343(v ppu- o I Moerr V1w64A b 352 - 332 - 12,00 5. Have you personally inspected the site of the proposed work? Describe any anticipated problems with the site and your proposed solutions? L0G,s-FfC4L-11 . r1&-60 KLt.P 6QG4Nl2[-0 - Pc-Atj W&Lc- W IT -4 6. Will you subcontract any part of this work? If so, describe which portions: `I" - L-�is kL- T6 A J,IC ENS <_0 k -L.6 -a Co�j71LAc-ru- S a G 1-6 A L,I&-F Sog G04T1,a65 Tb A Quasi fU-h Co-r'iR- cyL -- _ RSS/snr/specs/s- 1/00301 Tt#200-52528-13003 00301-2 021114 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: L17 c4AS-r"a-rl0'1 , 1NG Scun-forcAt FL. PAVING: S f - m jnnie- Ahu-t-k- Dcwi nc4 Sa .Frd, Fl. CONCRETE: L7 C6'jSTj-4C;-t-toN INL sc nfotrA, Ft . MECHANICAL: LI Co+ISIj2,lGT l di I N G Sar, c) f-Ck, L OTHER: RSS/snr/specs/s- 1/00301 Tt#200-52528-13003 00301-2 021114 8. What equipment do you own that is available for the work? 9. What equipment will you purchase for the work? 10. What equipment will you rent for the work? END OF SECTION RSS/snr/specs/s- 1/00301 Tt#200-52528-13003 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 Minority, Address and Dollar Female or Telephone Number Trade Amount Maiority Owned dtp�, I ac JOI t N. fH! G AVC. /- . ELTf�I VdCal F' W20 Gl• C,4 $160,,000 31,' 503 - 403116 rane it+c. 701f N. N-hl+�� Av cc occw._ceYeu�L a2,470 G $50,000 ax,-aba-ballo tro,ids LTil oroorPGG wg"-6_ V t GirCt QerntyaA $300,_000 4o7-32 - o330 PenCVKJ wan-hty $ e $ $ Use additional sheets if necessary. END OF SECTION NJ / A RSS/snr/specs/s- 1/0030 1 A Tt#200-52528-13003 00301A-1 021114 Project Name: OWNER SECTION 00302 REFERENCES City of Cape Canaveral, WWTP Improvements for Oxidation Ditch Rehabilitation CONTACT PERSON TELEPHONE NUMBER A--4,wS &L-obAt, &A -J- s,..J 4o-7- Salo -4337 TSc- Q AC6b.5 �o1,r1 J��fI ALL: -1 013 -854 - 524'1 GR.oM Co(SP JA► W0JU IGK. 352 - 3-72 - 343(0 Co(A MIy— <GuLii;a I 4o7 -G 7-9015 gkiI VA ILO CouaTy CQAII� -) 64-PLI J(T 321 - (p 93 - 2A89 c,,-ry cF C00A g�,d �AYt&i- 32-1 - 433 - 5725 Glr' of -rrrg,5ylL.l: r,6PL8JbDbI< 321- 501 -,3a(vq GIrq OF OLLAa06 P oil pp -6011 463 - 252 - 3122 Glti 4 OC9yA 352-35) — (0(088 Gi-r4 6F Po2-r oo,-&L 4,itjI --f 0 38(P - 5o(0 - 67 -154- 0 of DA`s-r6OA f -RANK t/A.JPEcT 386- (.71 — 8813 JI L1,46f'si �� A���t' 352 - 753 -4-74-7 CH 11 of �AdhQ P-Je a 6L, yl- 4o7 - (088 - 6o`lo RSS/snr/specs/s-1/00302 Tt9200-52528-13003 00302-1 021114 SECTION 00303 SIMILAR PROJECTS Project Name: City of Cain 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 oroiect). 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. PROJECT NAME: OWNER'S NAME: CONTACT:_ Crm q Ht• 1. i2t i no PHONE: 3' 2LI- 6 33 - A08c1 PROJECT DESCRIPTION: DEMO F.�LtArrJ wl Er t4JC- WAL44 W A'IS + OLZX S ON 4 AbllA' 44 6ASaiS IWT4LL- 4&W A6uMiourA Ldll"WWN F Cj4C. pFzAe, "&if_ + W146-1 4 AF4,"dA6 CCN- G FfAiL AIA- 6m,#u AT CTS ORIGINAL CONTRACT AMOUNT: $ 5%;9,,9010 FINAL CONTRACT AMOUNT: $ 7&9 i 0 60 NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: LL- 73,500 1. - d 99 ,aA& 3 - S )9, oa0 ORIGINAL CONTRACT TIME (Substantial Completion): _ (0 0 0^q3 ACTUAL TIME TO COMPLETE (Substantial Completion): 150 DA46 OTHER RELEVANT INFORMATION: OgAu6E Qf4f-1 w" -L FQL. AAprn6.14L oPL OF WCILL AS 44V44T" 64 -!` i6. owijk-L + Ed&,A PROJECTNAME:_WRF -,a Improvements T OWNER'SNAME:_Clttjne OCaacx CONTACT: PHONE: SrSQ-361-668& PROJECT DESCRIPTION: PEAid-m bdVYP6WJ IrJ &-At,1r INPt-u&J'r t IN&,rALL .10" AW ORIGINAL CONTRACT AMOUNT: $ 72-1% 1110 0 FINAL CONTRACT AMOUNT: $ 162,0 'o IobD NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: sot yoo Z ^ 441, 200 3 ^ 41 wo ORIGINAL CONTRACT TIME (Substantial Completion): 1640 ACTUAL TIME TO COMPLETE (Substantial Completion): 150 RS S/sn r/specs/s-1 /00303 Tt#200-52528-13003 00303-1 062514 OTHER RELEVANT INFORMATION: C -44,6t- 62.0EA-.5 W� Pot- AP0,-Q ,.j4L, Sr6Pc 6f- woA4L- AS "4.46-r o By —i AL 6,00k -A_. PROJECTNAME: 1 rrin 11f1Clae APX'G.'!OT RppIG t't"ty% - OWNER'S NAME: r t +-4 o f Or G.V, do CONTACT: SG>aUyl; DAvh$( PHONE: PROJECT DESCRIPTION: P-LrAO 1E 60 F--D6-rtj6 <,Pj4A F 6-rA4b ORIGINAL CONTRACT AMOUNT: FINAL CONTRACT AMOUNT: $ 6106, 006 NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: ORIGINAL CONTRACT TIME (Substantial Completion): A6 A6"a ACTUAL TIME TO COMPLETE (Substantial Completion): AS 46rU&D OTHER RELEVANT INFORMATION: 6twt& L DR.Alo l -rAdKd AS "RJE,L &xI SS ALU 0. O.D P o.( AERAfio,L L&OIPmW-r CONTACT: GE4ArJ PROJECT DESCRIPTION: 4 - PHONE: 311- 952 — (AP ORIGINAL CONTRACT AMOUNT: $ 4o,601) FINAL CONTRACT AMOUNT: $ 40,060 NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: ORIGINAL CONTRACT TIME (Substantial Completion): A6 AGQtkA ACTUAL TIME TO COMPLETE (Substantial Completion): A -S A&"Ip OTHER RELEVANT INFORMATION: OWIJER_ ARAA0 TAwM . OWAWI- &LI- RSS/snr/specs/s-1/00303 Tt#200-52528-13003 00303-2 062514 PROJECT NAME: -L25 OWNER'S NAME: CL t CONTACT: A5lnlei PROJECT DESCRIPTION: PHONE: Aad -56? -3869 Q&&JAI D LU&M-1441- ORIGINAL CONTRACT AMOUNT: $9r3A . % i -% FINAL CONTRACT AMOUNT: $ 9510 , 90(0 NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: 1- 44,2.4 7 0 2 - .$ 3,18 y ORIGINAL CONTRACT TIME (Substantial Completion): 3 I O ACTUAL TIME TO COMPLETE (Substantial Completion):310 OTHER RELEVANT INFORMATION: PROJECT NAME: Wk OWNER'S NAME: C i t CONTACT: Anthrt PROJECT DESCRIPTION: PHONE: tJLW &-r PIP&% E.LF.Cr ul/StiArD&�S . (eir { &,V AL 1L6MOV4(- of barb) ORIGINAL CONTRACT AMOUNT: $ 6; R5. A5V FINAL CONTRACT AMOUNT: $ 585,, 887 NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: NOnI? ORIGINAL CONTRACT TIME (Substantial Completion): 21 O ACTUAL TIME TO COMPLETE (Substantial Completion): Z10 OTHER RELEVANT INFORMATION: RSS/snr/specs/s-1/00303 Tt#200-52528-13003 00303-3 062514 Section 00310 DRUG-FREE WORKPLACE The undersigned vendor, in accordance with Florida Statute 287.087, hereby certifies that L3 Canstructim. mr. does: (Name of Business) 1. 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 drug-free workplace through implementation of this section. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. Ij X Pr oser's Signature Date (THIS FORM 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, L7 Construction, Inc. as Principal, and Hartford Fire Insurance Companv 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) -Five Percent (5%) of Proposed 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 30th day of June 2016 . 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 Tt#200-52528-13003 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. RS S/snr/specs/s- 1/004 10 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): L7 Construction, Inc. By. Ilk N� (L.S.) Title: f wa xi— Attest: 4 lG�G4 SGG. Signature and Title Surety (Print Full Name): Hartford Fire Insurance mature (a ch power of attorney) j afrra D. Mosholder, Attorney -In -Fact & Title: Florida Resident Agent Attest: S n e and Title atalie C. Demers - CCSR Inquiries: 407-330-39 0 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 RSS/snr/specs/s-1/00410 Tt#200-52528-13003 00410-3 022614 Direct Inquiries/Claims to: POWER OF ATTORNEY THE HArtford RTFORD BOND T-4 laza Hartford, Connecticut 06155 call: 888.266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 21-229753 X� Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut XQ Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana X� Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida as the "Companies") do herebv make, constitute and up to the amount of unlimited: Laura D. Mosholder of Sanford, FL their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on August 1, 2009 the Companies have caused these presents to be signed by its Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. r r '::4 8 ::.ibezrr = �oelt •,ta�^1z J9979 £ �,ry� a al. ra.�• �4rN� 74's°. l910 - - Nf0T0 c�� 7 t9 i � 44 Wesley W. Cowling, Assistant Secretary M. Ross Fisher, Vice President STATE OF CONNECTICUT j } ss. Hartford COUNTY OF HARTFORD On this 12th day of July, 2012, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of June 30, 2016 . Signed and sealed at the City of Hartford. ,yriyL� �swsp O ,aFJtrS. �'s rp"",y� ��"r �s .°.a••rart�' war j9/f ,/.wry = j/,•+�a"° f,+n+w 's - 9 teeT �� ` +nt nw••. � MPR}� t.. T074 .p �\�\r fy 70 r•' -'e ' Gary W. Stumper, Vice President (tt Kathleen T. Maynard Notary Public CERTIFICATE My Commission Expires July 31, 2016 I, the undersigned, Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of June 30, 2016 . Signed and sealed at the City of Hartford. ,yriyL� �swsp O ,aFJtrS. �'s rp"",y� ��"r �s .°.a••rart�' war j9/f ,/.wry = j/,•+�a"° f,+n+w 's - 9 teeT �� ` +nt nw••. � MPR}� t.. T074 .p �\�\r fy 70 r•' -'e ' Gary W. Stumper, Vice President SECTION 00420 CORPORATE RESOLUTION I, < < w t t ' nom-. UeFe ! z4— , Secretary of L-77 Cyy% qkl& -tpyu , a corporation organized and existing under the laws of the State of Flor- l o -o , hereby certify that at a meeting of the Board of Directors of the Corporation duly called and held on C)& - 15 , 20(5, 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 OFFICER OFFICIAL SI NAT Bl -e4[ L4e,1 e.,— , P reside , , , , IN WITNESS WHEREOF, I have hereunto ' 'subscribed my name as Secretary and affixed the seal of the corporation this ay of Q wv. C 201k? SECRETARY: 4 DATE: (012 S )6 (Signature) END OF SECTION RS S/snr/specs/s- 1 /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. This sworn statement is submitted toCad CaM� Y 61 (pr nt name of the public entity) by ?S—ft'.tl L8CZ l 1 Mist ,cW)t (print individual's name and title) for �-� rhYllin . \ Yl C (print name of entity submitting swom statement) whose business address is 45w 3�- Vv -W I `i a SUn + � 1. 2� 1 and (if applicable) its Federal Employer Identification Number (FEIN) is &G-oatogro (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: l 2. I understand that a "public entity crime" as defined in Paragraph 287.133(t)(g), 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(1)(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. I understand that a "person" as defined in Paragraph 287.133(I)(e), Florida Statutes, means any natural person or entity organized under the laws 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 IN PARAGRAPH I (ONE) ABOVE IS RSS/snr/specs/s- 1/00470 Tt#200-52528-13003 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 I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED INNHIS FARM. Sworn to and subscribed before me this Personally known OR Produced identification (type of identification) signature) day of N�, 201 . tary Public - State of Florida My commission expires � 22 X0115 (printed, typed or stamped commissioned name of notary public.) END OF SECTION :;:_ "ua•. LENEE BENNETT NOTARY PUBLIC• STATE OF FLORIDA COMMISSION# FF181817 °',, oe.•' EXPIRES 9/22/2018 p it BONDED THRU idBBNOTARYI RSS/snr/specs/s-1/00470 Tt4200-52528-13003 00470-3 021114 SECTION 00480 NONCOLLUSION AFFIDAVIT STATE OF I-- l Oy 1 6 G COUNTY OF SUO'kYI OV, C a -y e �- , being first duly sworn deposes and says that: I. He (it) is the 'PY e5i 6"'( t 'of U1 C -O r\Sk1'�,AGiI OY) \nC •, 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; 3. 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, owners, employees or parties in interest, including this affidavit. By RSS/snr/specs/s-1/00480 Tt#200-52528-13003 00480-1 021114 Sworn and subscribed to before me this 'Z day of � , 20 j N, in the State of V-\ O6 C_ O. , County of dLV�il rlA�? Notary Public y Commission Expires: l d END OF SECTION • �ppv iVe��, LENEE SENNE17 NOTARYPUBLIC•STATE OF FLORIDA COMMISSION# FF181817 EXPIRES 9/=018 BONDED THRU 1-888-NOTARYI 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: Trench Safety Item (Description) Tre-nch So)( Cost CITY OF CAPE CANAVERAL WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILITATION A. Ten TIn61.t_Sccnc1 Drll1Cx_M (Cost in Words) TOTAL $ 1q, 000. cc FAILURE TO COMPLETE THE ABOVE SHALL RESULT IN THE BID BEING DECLARED NON-RESPONSIVE DATE: 6 lbt8 A6 END OF SECTION RSS/snr/specs/s-1/00490 Tt#200-52528-13003 00490-1 021114 /p4txes`yF4 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET COO RF TALLAHASSEE FL 32399-0783 LEFEVER, BRETT MICHAEL L7 CONSTRUCTION INC 2295 SPRINGS LANDING BLVD LONGWOOD FL 32779-3723 Congratulationsl With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalleense.com, There you can find more Information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE RICK SCOTT, GOVERNOR (850) 487-1395 STATE, OF FLORIDA 1pDEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGC1514056ISSUED :06/30/2014 CERTIFIED GENERAL CONTRACTOR'. LEFEVER, BRETT MICHAEL L7 CONSTRUCTION INC ,. IS CERTIFIED under the provisions of Ch.489 FS. Expireliao dmq t AUG 31, 2616 L1406306000695 KEN LAWSON. SECRETARY STATE OF FLORIDA ;INESS AND PROFESSIONAL REGULATION ON INDUSTRY LICENSING BOARD I below IS CERTIFIED the provisions of Chapter 489 FS. :ion date: AUG 31, 2016 LEFEVER, BRETT MICHAEL, L7 CONSTRUCTION INC 2295 SPRINGS LANDING BLVD LONGWOOD FL 32779-3723 ,ee„rn. nenn,en,e niC01 AV A C DenIuO�n Qv i AM ovn. ,,eneonnnnnenc 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 June 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. 5. 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.hayse@tetratech.com. B. QUESTIONS RECEIVED DURING BIDDING 1. Is there a General Contingency Allowance? Answer: No Page 1 of 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. S. 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 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. 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. 1 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 CTFTM 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/1A 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 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 L-4 Gohgtrticttangmc• NAME BUS ESS BY: ie Ito SIGNATURE DATE Bret L-eeever- President NAME & TITLE, TYPED OR PRINTED gaw'SaintSohnSPCLocr" I sutife \40 MAILING ADDRESS 5ajcforcA, RL 351111 CITY, STATE, ZIP CODE Page 3 of 3 SECTION 01065 PERMITS AND FEES PART1-GENERAL A. The Contractor shall obtain all permits and licenses related to his work, including but not limited to, the necessary construction permits except as otherwise provided herein. The Contractor shall also, if in effect and applicable at the date of bid opening, pay any governmental agency charges and inspection fees required for the prosecution of the work. If the Contractor desires connection of utility services (telephone or electricity) to a field office, he will be responsible for securing the necessary permits and any connection or disconnection charges involved. B. The Contractor shall adhere to all requirements stated in permits issued for this Project. C. Permits by Owner: The Owner prior to the advertisement of the project has applied for permits with the following agencies: Permit Permit No. 1. Florida Department of Environmental Protection - FL0020541-008-DW 1 Application for a Minor Revision to a Wastewater Facility or Activity Permit D. Permits Required by Contractor include, but are not limited to, the following: 1. Dewatering 2. All other permits required by the City of Cape Canaveral END OF SECTION Addendum No. 1 RS S/snr/specs/s-1 /01065 Tt#200-52528-13003 01065-1 061416 $� . � �# © [%« t�. ) |\ •§hm $� . � �# © [%« t�. SlItl1301tl01NtlHB3W !11�- � 111BtlX3tl N�(10lgLLMIYO a.. w...v m ~�� - N�31 tltl131O 7 W� 2 O _O 5 U �a SlItl1301tl01NtlHB3W !11�- � 111BtlX3tl N�(10lgLLMIYO O 7 W� 2 O _O 5 U �a 11, 1 � I tip ii �� lip lip ii pi ii i 41 tip lip ii :�: ipl ii tl lip p I no' All O 7 W� 2 O _O 5 U �a ANAVERAL 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 RFPs for this bid is dune 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 #5 and Question 6 only. The following response shall supersede responses issued to Question #5 and Question #6 of Addendum No. 1. This project is NOT 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 6.9% WBE and 10.7 MBE (Brevard County) EEO goals. Documentation of this good faith effort is not a requirement of the Bid submitted. Page 1 of 2 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 L3 G0nstructlGYl�lnG• NAME F BU INESS BY: SIGNATUR /DATE Srett 1LeMuer- Prec\der-t NAME & TITLE, TYPED OR PRINTED 4 8OS i1Yl 'tfiM�cP ifK u(1�1i 5 �l n t4O MAILING ADDRESS scan ford SL-- 2 -a --i i CITY, STATE, ZIP CODE Page 2 of 2 NAVERAL 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. • Ouestions will be accepted up to seven days prior to the bid opening. The last day questions and RFI's for this bid was 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. 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: I 2 DETAIL E A Page 1 of 5 3. If you refer to specification section 11376 2.02 B6, 0 -Rings Between Discs and Retainer Rings. I 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 information on Section 00490 in addition to Page 00300-3 of the Bid Form 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: Correct reference is D-102. At cut -in and connections to existing pipe provide either MJ sleeve or restrained coupling and spool piece. 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: Mixed liquor from oxidation ditches will be drained to on-site sanitary collection system and recycled to the plant. When bringing the oxidation ditch back online, 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. Note the 460,000 gallons listed in the bid form is to establish a unit cost, refer to bid item 4 in Section 01025. 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. The pump out location shown in Section D on D-103 is not intended to be used to drain the oxidation ditch. Refer to Bid Item 4 in Section 01025 for description of draining 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: No. 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 It deep weir box at the effluent (refer to revised Drawing D-102 under Drawing Changes below). Contractor can operate bypass pump Page 3 of 5 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. 17. If not, can one side of the 1st Anoxic Basins be taken offline to facilitate installation of the new Effluent valves? Answer: No. Contractor should plan for maintaining operation of both anoxic basins at all times. 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, the gates may not be operational and/or seal completely. The 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 - Fine Bubble Diffused Aeration System: DELETE Paragraph 2.02.B.1. in its entirety and REPLACE with the following: "1. 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 - Stainless 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 5S 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 1n 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. Page 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 0 Cnnstruntxon, „nc. NAME q BUSI ESS BY: (( % SIGNATURE/ ATE Brett Le fever- Preaicken-t NAME & TITLE, TYPED OR PRINTED 4$ noS Cis nt?OMn4 f dY1CLLlclif, su�1 c ky o MAILING ADDRESS SCLnfrrck, =1 30.-1-71 CITY, STATE, ZIP CODE Page 5 of 5 CITY OF CAPE CANAVERAL WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILITATION TABLE OF CONTENTS (Continued) Section Title 02200 Earthwork 02934 Solid Sodding 11376 DIVISION 3 - CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03250 Concrete Joints and Joint Accessories 03300 Cast -in -Place Concrete 03350 Concrete Finishes 03600 Grout 03740 Modifications and Repair to Concrete DIVISION 4 — MASONRY 04230 Reinforced Unit Masonry DIVISION 5 - METAL 05500 Miscellaneous Metal DIVISIONS 6 - 8 NOT USED DIVISION 9 - COATINGS 09900 Painting 09905 Piping, Valve and Equipment Identification DIVISION 10 NOT USED DIVISION I1 - EQUIPMENT 11287 Fabricated Stainless Steel Slide and Weir Gates 11312 Bypass Pumping System 11376 Fine Bubble Diffused Aeration System 11377 Oxidation Ditch Aeration Equipment RSS/snr/slh/specs/s-1 /toc-Add3 Tt#200-52528-13003 iii 062316 )U3VNVMOIIVZIIVn0)3! NVId ONIdld CRI xmuirevx *n ..Wm p g I rwxSM311WOU ld. 4 n Ill 0 R. O " H331 tld131 I tl.V m:r�b )U3VNVMOIIVZIIVn0)3! NVId ONIdld CRI xmuirevx *n ..Wm p g I rwxSM311WOU ld. 4 n Ill 0 R. I 1 I s� xvi _ 1 i I 3Y9 1 1 I 1 1 pi 1 we } d y e 1 1 Brett Lefever President— L7 Construction, Inc. Having grown up in a construction family and then working in the industry for the past 20 years has allowed me an opportunity to be involved with many types of projects. All of these past experiences have given me the ability to manage a successful company of my own! Years with L7 Construction: 7 Years with Wharton -Smith: 16 Years in the Construction Industry: 20+ Education University of Central Florida & Seminole State College, 1994-1996 Training • Licensed Florida General Contractor • Safety Technician Course 40 hours • Effective Supervisory Management • OSHA- 10 hour, updated • First Aid and CPR • FDEP Stormwater Inspection Certification • Competent Person for Confined Space Entry, updated • Competent Person for Trenching and Excavation, updated • Competent Person for Scaffolding, updated • Certified Crane Operation (company — hydraulic) • Certified Operator — Backhoe, updated • Construction Blueprint Course • Supervisory Management Course • Competent Person on Jobsites Resume Experience • Flygt Drainage Repairs, UPPI 2011. Replaced existing corrugated ADS piping with 6" SDR and installed rip rap at discharge along with complete finish grading and sodding. • Otter Exhibit, Central Florida Zoo ($75,000) 2011. All site work including structural excavation, backfill, and finish grading. Formed, poured, placed, & finished all concrete footings, walls, columns, slabs, and supported decks. Resume • S. Bermuda Central Electric Bldg — Fuel Piping ($80,000) 2012. Furnished and installed all piping associated with Supply, return, & vents including day tanks and pumps. • S. Bermuda Central Electric Bldg. Mechanical Install, Toho Water Authority ($300,000) 2012. Transported and installed (2) 1750Kv generators, (2) 10,000 gallon bulk storage tanks, and all associated exhaust piping, silencers, painting, insulation, and labeling. • Westside Reg Filter Bypass Piping, City of Daytona Beach ($210,000) 2012. Added on to the existing filter's influent and effluent channels slabs and walls, installed 42' DIP, Alum slide gate with electric actuator, installed a precast vault on a 48" line and installed a mag meter. • Harvest Time International 2012. Backfilled and poured concrete in trenches for new plumbing and electrical installed for the Dental Service. • Keller Rd Valve Replacement, City of Altamonte Springs ($6,500) 2013. Cut out and remove existing 18" valve from pipe trench and install new electric operated valve. • Pinecrest II Lift Station, City of Sanford ($120,000) 2013. Bypass pumped the existing station, demo of existing bldg., install of new FRP station, pumps, generator, piping, and electrical service. • Lift Station #6 Replacement, City of Clermont ($363,000) 2013. Installation of a new precast lift station with HDPE liner complete with new pumps and ace. Bypass pumping to tie in the existing station and electrical service. • Jerry Sellers Clarifier Rehab, City of Cocoa ($625,000) 2013. Remove and replace existing clarifier mechanisms with new OVIVO equipment including weirs and baffles. Repair of existing concrete surfaces and recoating with Tnemec products and electrical service. • North Brevard Clarifier Replacement, Brevard County ($30,000) 2013. Remove existing mechanism and replace with new OVIVO equipment. • WRF No. 3 Improvements, City of Ocala ($1,100,000) 2013. Install a new Biorem Odor Control Unit and PVC duct work, install new strainers at offsite reuse stations, Install of new automated control system for gate system at oxidation ditch. • Winterset Gardens WTP Well Modifications, City of Winter Haven ($65,000) 2012. Supply & install of 12" DIP for modifications to existing well head & complete install to new well including valves, meters, pvc PW, fluoride, and misc ace. • Lift Station #6 Replacement, City of Clermont ($340,000) 2013. Bypass existing lift station, dewater, shore, & install new 20' deep precast lift station. Install new Flygt pumps, VFD's, control panel, piping, & valves. Including MOT, road repairs, & site work. Resume • Garnsey WTP, City of Port Orange ($725,000) 2013. Demo of 3 existing lime silo's equipment & replace with new slakers, piping, chutes, control panels, electrical. Demo existing metal bldg. on presses and provide temp wood structure and install new structure with Resolite siding. New FRP baffles and Green Monster Coating. • WRF #2 2013 Improvements, City of Ocala ($775,000) 2014. Shutdown of plant influent to install new 30" meter assembly including risers, valves, & piping and install permanent bypass with 24" & 30" valves. Rehab existing headworks structure with new slide gates, Saueriesen coatings, and leak repairs. Demo of 110' clarifier mechanism and replace with new. Provide & install aluminum bridges on RAS and install mixer w/ hoist. Replace slide gates at CCC and valves at Sludge tanks. • WWTP #2 Clarifier Rehab, City of Winter Haven ($115,000) 2014 Demo existing walkways on 2 clarifiers with stairs and replace with new aluminum. Replace drive unit on clarifier. Prep, leak repair, and recoat interior concrete surfaces and existing equipment. Replace baffles with new FRP. • North WWTF Splitterbox Rehab, Brevard County ($39,000) 2014. Demo existing concrete wall and epoxy new rebar and waterstop. Form & pour new walls. Install coatings on interior and leak repair. Install aluminum weirs and coverplates. • Sykes Creek WRF Headworks & Aeration Rehab, Brevard County ($769,000) 2014. Demo of existing headworks building while protecting the headworks structure inside. Structurally repair the existing electrical room and install new metal roof & door. Demo existing concrete walkways and aerator decks on 4 basings and replace with new concrete aerator decks and aluminum walkways. Repair all expansion joints, construction joints and leak repair on 4 basins. • Meter Replacement, The Villages ($39,000) 2014. Removal and replacement of (2) 10" & (1) 6" flow meter and installation of a new 6" MOV including electrical. Additional projects available upon request. Previous Experience with Wharton -Smith, Inc. • Greenwood Lakes WTF Upgrades, Seminole County ($14.0 million) 2010-2011, General Superintendent. Upgrade existing aeration basin, headworks, clarifiers, & sludge holding tanks. Construct and new filter and operations bldg.. • Tallahassee WWTF Upgrades phase I, 2A, & 2B ($30.0 million combined) 2009- 2011, General Superintendent. Construct a new headworks, plant lift station, filter, methanol storage, SHC storage, odor control system, centrifuge bldg., sludge holding, gravity thickner, press bldg., and digested sludge tanks. Resume • Northeast Regional WWTP Expansion, Polk County ($28.0 million) 2009-2011, General Superintendent. Construct new BNR tanks, sludge holding tanks, deep bed filters, chlorine contact, and misc upgrades to existing structures. • Southern Regional WTF, Orange County ($26.0 million) 2010-2011, General Superintendent. Construct a new Ozone treatment water facility with 6 deep wells on site. Inculding an operations bldg., ozone bldg., HSP bldg., and site work. • Charleston WTP Expansion, City of Charleston SC ($19.0 million) 2008-2011, General Superintendent. Addition of a new 2 story filter structure and chemical facility then demolition of existing clearwell. • Vero Beach WWTF, ($26.0 million) 2008, General Superintendent. Addition of new headworks, aeration tank, 2 clarifiers, electrical bldg. and generators • Eastern Regional WWTF Expansion, Orange County ($28.0 million) 2008-2010, General Superintendent. Construction of new Aeration basin, clarifier, and electrical/blower bldg. with generators. • Manta Rollercoaster, SeaWorld Orlando ($26 million) 2008, General Superintendent. Construction of a new coaster inside the existing park • Patrick's AFB Lift St Rehab, ($400,000) 2010, General Superintendent. Gutting of 2 existing lift stations and replacing pumps and equipment with new. • Mulberry WWTF Upgrades, Polk County ($16.0 million) 2007-2008, General Superintendent. Addition of new headworks, aeration basin, clarifier, sludge holding, filter, & chlorine contact basin. • St Cloud Southside WWTF Expansion, City of St Cloud ($30.0 million) 2006, General Superintendent. Addition of 2 aeration basins, 3 clarifiers, headworks structure, filter, chlorine contact basins, electrical/blower bldg. with generators. • Parkway WWTF, Toho Water Authority ($8.0 million) 2006, General Superintendent. Addition of ground storage tank and headworks while rehabbing existing EQ tank and misc pumps and piping. • Mitchell Hammock WTF, City of Oviedo ($15.0 million) 2006, General Superintendent. New WTF with ground storage tank, wells, & electrical bldg.. • Lake Washington WTF, City of Melbourne ($22.0 million) 2007, General Superintendent. Construction of a caisson structure 40' deep intake structure and ozone generation equipment with contact tank and generators. • Sanford North WWTF Upgrades, Seminole County ($9 million) 2006, General Superintendent. New chemical storage facility, rehab of existing clarifiers and headworks. Resume • Sanford South WWTF, Seminole County ($15.0 million) 2006, General Superintendent. Constructing new plant including Headworks, 2 aeration basins, 2 clarifier, filters, chlorine contact, HS Pump bldg., 2 electrical bldgs. With generators. • Kissimmee Lift Station Rehab, Toho Water Authority ($211,000) 2004, Senior Superintendent. Gut all equipment while bypassing existing station and install new equip. • South Bermuda WRF, Toho Water Authority ($12.0 million) 2004-2005, Senior Superintendent. Construct a new headworks, primary clarifier, splitterbox, AOAO, clarifier, & electrical/blower bldg. with generators. • D.B. Lee WWTP, City of Melbourne ($18.0 million) 2002-2003, Senior Superintendent. Expansion including a 40' deep influent lift station, 3 story headworks with electrical and control rooms, 2 aeration basins, clarifier, EQ tank, deep bed filter, and generator bldg.. • Poinciana WWTP, Osceola County ($8.0 million) 2002, Senior Superintendent. Expansion with Headworks, BNR, blower bldg., traveling bridge filter, chlorine tank, & ground storage tank. • Polk County WWTP Expansion, Polk County ($15 million) 2000-2001, Superintendent. Conversion of exiting package plant to full scale plant including pretreatment, 2 aeration basins, 3 clarifier, 3 filters, 3 chlorine tanks, sludge holding tank, operation bldg., maintenance bldg., & electrical/generator bldg.. • Celebration Lift Station Rehab, City of Kissimmee, 2001, Superintendent • Greenwood Lakes WWTP, Seminole County ($1.2 million) 1999, Asst. Superintendent. Sinking a new influent lift station 30' deep, installing new blowers to existing process. • Chickasaw Trails Pump Stations, Orange County ($422,000) 1999, Superintendent. Refurbishment of 2 existing pump stations. • Northwest Orange County WWTP, Orange County ($18.0 million) 1998-1999, Asst. Superintendent. Addition to existing including new pretreatment with odor control, anoxic basins, 2 clarifiers, 14 deep bed filters, sludge press bldg., and a major operations bldg.. • Conserv II WWTP, City of Orlando ($8.0 million) 1996-1997, Foreman 0 Blue Heron WWTP, City of Titusville ($13.0 million), 1995-1996, Foreman Resume Construction, Inc. 4380 St. Johns Pkwy Ste. 140 Sanford, FL. 32771 321-972-9325 office phone 407-732-7812 Fax Brian Brach Manager— L7 Construction, Inc. My education and experience have allowed me to become familiar with construction, engineering, and business. I have experience planning, estimating, ordering materials, managing, and problem solving to allow projects to deliver on time & within budgets. I understand the importance of meeting the customer's interests to achieve what they feel is a success. Years in the Construction Industry: 20+ Education Rollins College — Crummer School of Business - MBA University of Notre Dame — BS Civil Engineering Training • FL Professional Engineer • Organization & Time Management • Leadership • Estimating & Job Costing • Production Management • Strategic Planning Experience Resume • Material Management • Subcontractor Management • Quality Assurance & Quality Control • Planning & Scheduling • Value Engineering L7 Construction Inc. Longwood, FL - Manager 2013 — Present Pre -Construction & Management of construction projects. Market concentration of Water & Wastewater Utilities projects with under a $2,000,000 budget. Emphasis on efficiency and positive relationship with owners, engineers, subcontractors, & suppliers. Wharton -Smith Inc. Sanford FL — Proiect Executive (most recent) 1999-2013 Promoted from an asst. project manager, project manager, sr. project manager, to a project executive. Throughout my career I managed multiple water & wastewater treatment projects. I also have experience with field operations & estimating. As project executive, I developed & modified systems, including the training required to implement the changes. Staffing, career development, procedures, quality control, department interaction, contract term negotiations, and opportunity analysis were some responsibilities. Below are a few sample projects I have worked on, to give an idea of the type of background that I have. • Eastern Regional WWTF Expansion, Orange County ($28.0 million) 2008-2010, Project Executive. Construction of new Aeration basin, clarifier, and electrical/blower bldg. with generators. • Canal Street WWTF, Leesburg, FL ($17.6 million) 2005-2006 Project Executive. Construction of new clarifiers, filters, chlorine contact, storage tank, with modifications to storage ponds, headworks, aeration, site work, electrical & controls. Resume • Palm Bay WTP, Palm Bay, FL ($16 million) 2004, Sr. Project Manager. Reverse Osmosis system with operations building, yard piping, concrete structures, masonry, metal seam roofing, ground storage tank, wells, lift station, site work, coatings, electrical, and controls. • Winterset & Winterset Gardens WTP, Winter Haven, FL ($3 million) 2002, Project Manager. Two water plants, preloading soil, ground storage tanks, chemical feed buildings, and generators. • Poinciana WWTP, Osceola County ($8.0 million) 2002, Project Manager. Expansion with Headworks, BNR, blower bldg., traveling bridge filter, chlorine tank, & ground storage tank. • Polk County WWTP Expansion, Polk County ($15 million) 2000-2001, Project Manager. Conversion of exiting package plant to full scale plant including pretreatment, 2 aeration basins, 3 clarifier, 3 filters, 3 chlorine tanks, sludge holding tank, operation bldg., maintenance bldg., & electrical/generator bldg.. • Poinciana WWTP, Osceola County ($3.0 million) 1999, Project Manager. Demolition, headworks, traveling bridge filter, chlorine tank, & lined pond. Leadership Seminole, Seminole County, FL — Construction Mn -gr 2012 Each Year Leadership Seminole takes on a legacy project. The year I was part of the program I volunteered construction management services for a new, ($200K) 3 chair dental facility for Harvest Time International, allowing free dental care to those in poverty. Danis Environmental, Inc. Dayton, OH — Supt, PE, Estm. 1994-1999 Throughout my years with Danis, I was a superintendent, a project engineer, and an estimator for municipal water and waste water treatment plant projects that ranged in size from under $1 million to over $100 million. Construction, Inc. 4380 Saint Johns Parkway, Suite 140 Sanford, FL. 32771 321-972-9325 office phone 407-732-7812 office fax CESAR AYALA P.O. BOX 1215, OCOEE, FLORIDA 34761 PHONE: 407-760-3074 OBJECTIVE Having worked my way up through the field I have a very good grasp on what it takes to provide the owner with quality work in a safe and timely fashion! WORK HISTORY 2012 to present L7 Construction, Inc. Sanford, FL Superintendent 2010 to 2011 Concrete design Ocoee, FL Superintendent 1998 to 2010 Wharton -Smith, Inc. Sanford, FL Senior Craft Foreman CONSTRUCTION EXPERIENCE Experience: • South WRF Polymer Storage Replacement, City of Orange County ($279,000) 2014. Expansion of existing concrete, relocation of 2 existing polymer tanks, and installation of new polymer pumps and piping to existing system. • Pinecrest II Lift Station, City of Sanford ($120,000) 2013. Bypass pumped the existing station, demo of existing bldg., install of new FRP station, pumps, generator, piping, and electrical service. • WRF No. 3 Improvements, City of Ocala ($1,100,000) 2013. Install of a new odor control unit, dustrol tank and pumping system, oxidation gate actuators and controls, remote site strainers, backflow preventers, along with associated piping and electrical. • Lift Station, City of Oermont ($340,000) 2013. Replacement of existing Lilt Station including new wetwell, valve vault, pumps, piping, electrical service, and site work. • Clarifier Rehab, City of Winter Haven FL ($147,000) 2013. Replace the Clarifier Drive, weirs, baffles, walkways, stairs and recoat the entire structure. • Sykes Creek WRF, Brevard County ($775,000) 2013. Replace the existing walkways and aerators decks with new. Demo the existing block & concrete bldge around the Headworks. Construction Joint repairs. • South Cross Bayou UV Disinfection, Saint Petersburg ($500,000) 2013. Form, place, finish, install rebar, and all concrete acc to complete the new UV structural work inside the existing filter structure. • Jerry Sellers Clarifier Rehab, City of Cocoa ($610,000) 2012. Demo the existing clarifier mechanisms (2) and install new equipment including weirs, baffles, and all acc. Complete concrete repair and coatings of the entire structures. Previous Experience with Wharton -Smith, Inc: § City of Eustis W WTP Expansion, City of Eustis ($6 million) § Northwest W WTP, Polk County Utilities, ($12 million) § D B Lee W WTP Expansion, City of Melbourne ($16 million) § South Bermuda WRF Phase SA, Toho Water Authority ($12 million) § Sanford Reclaim Phase IIB, City of Sanford ($2.1 million) § Southwest Polk City W WTP, Polk County Utilities, ($10 million) § Camelot WRF Rehabilitation Ph. 1A, Toho Water Authority ($6.7 million) § Parkway WRF Rehabilitation, Toho Water Authority, ($2.5 million) § SeaWorld Manta Coaster, SeaWorld of Orlando, ($30 million) § Eastern WRF-Phase 4 Improvements, Orange County Government, ($27,772,000) CERTIFICATIONS & TRAINING § OSHA- 10 hour updated § First Aid and CPR § Competent Person for Confined Space Entry, updated § Competent Person for Trenching and Excavation, updated § Competent Person for Scaffolding, updated § Certified Operator — Backhoe, updated § Construction Blueprint Course § Competent Person on lobsites § FDEP Storm -water Inspection Certification REFERENCES § Brett Wilson, Field Engineer - Wharton -Smith, Inc. - Phone: 407402-2315 § Sean Stanford, Project Manager — Wharton -Smith, Inc. - Phone: 407-321-8410 § Ed Sly, Project Superintendent — Wharton -Smith, Inc. — Phone: 407-402-1701 EDVIN MORALES 6604 MATCHETT ROAD, ORLANDO, FLORIDA 32809 PHONE: 407-760-3094 OR 407-844-7301 OBJECTIVE Having worked my way up through the field I have a very good grasp on what it takes to provide the owner with quality work in a safe and timely fashion! WORK HISTORY 2011 to present L7 Construction, Inc. Sanford, FL Superintendent 2010 to 2011 RTD Construction, Inc. Bradenton, FL Superintendent 1999 to 2010 Wharton -Smith, Inc. Sanford, FL Senior Craft Foreman CONSTRUCTION EXPERIENCE Experience: Otter Exhibit, Central Florida Zoo ($75,000) 2011. All site work including structural excavation, backfill, and finish grading. Formed, poured, placed, & finished all concrete footings, walls, columns, slabs, and supported decks. • S. Bermuda Central Electric Bldg — Fuel Piping ($80,000) 2012. Furnished and installed all piping associated with Supply, return, & vents including day tanks and pumps. • S. Bermuda Central Electric Bldg. Mechanical Install, Toho Water Authority ($300,000) 2012. Transported and installed (2) 17501(v generators, (2) 10,000 gallon bulk storage tanks, and all associated exhaust piping, silencers, painting, insulation, and labeling. • Westside Reg Filter Bypass Piping, City of Daytona Beach ($210,000) 2012. Added on to the existing filter's influent and effluent channels slabs and walls, installed 42' DIP, Alum slide gate with electric actuator, installed a gprecast vault on a 48" line and installed a mag meter. • Harvest Time International 2012. Backfilled and poured concrete in trenches for new plumbing and electrical installed for the Dental Service. • Keller Rd Valve Replacement, City of Altamonte Springs ($6,500) 2013. Cut out and remove existing 18" valve from pipe trench and install new electric operated valve. • Pinecrest II Lift Station, City of Sanford ($120,000) 2013. Bypass pumped the existing station, demo of existing bldg., install of new FRP station, pumps, generator, piping, and electrical service. • WRF No. 3 Improvements, City of Ocala ($1,100,000) 2013. Install of a new odor control unit, dustrol tank and pumping system, oxidation gate actuators and controls, remote site strainers, backflow preventers, along with associated piping and electrical. • Garnsey WTP, City of Port Orange ($725,000) 2014. Demo of (3) existing lime silo's equipment and replaced with new. Electrical upgrades and miscellaneous site restoration. • Lift Station #5 Replacement, City of Cocoa ($462,000) 2015. Installation of a new precast wet well and valve vault. Demo of existing building, wet well, and associated equipment. • Odor Control Replacement, The Villages ($150,000) 2015. Removal and disposal of existing odor control and replacement with new Biorem unit. Pipe supports and foundations as required. Previous Experience with Wharton -Smith, Inc § West Regional WWTP Upgrades, City of Daytona - ($14.5 million) § City of Eustis WWTP Expansion, City of Eustis ($6 million) § North R. Myers WWTP, North R. Myers Utilities, ($2.5 million) § Ft. Myers Beach WWTP Improvements, Lee County, ($6.8 million) § Northwest WWTP, Polk County Utilities, ($12 million) § Key West WWTP, City of Key West, FL, ($9 million) § Morris Bridge, Tampa Bay Water ($750,000) Acting Superintendent § Pump Station, Tampa Bay Water ($9.5 million) § D B Lee WWTP Expansion, City of Melbourne ($16 million) § South Bermuda WRF Phase IA, Toho Water Authority ($12 million) § Sanford Reclaim Phase IIB, City of Sanford ($2.1 million) § S. Bermuda WRF Exp - Filters/Reuse, Toho Water Authority ($4.4 million) Acting Superintendent § S. Bermuda WRF Phase 2A Exp., Toho Water Authority ($4.3 million) § S. Bermuda WRF Exp.- Actiflo, Toho Water Authority ($5 million) § Southwest Polk City W WTP, Polk County Utilities, ($10 million) § Camelot WRF Rehabilitation Ph. IA, Toho Water Authority ($6.7 million) § Parkway WRF Rehabilitation, Toho Water Authority, ($2.5 million) § SeaWorld Manta Coaster, SeaWorld of Orlando, ($30 million) § Nassau County WWTP, JEA, ($10 million) Acting Superintendent § Eastern WRF-Phase 4Improvements, Orange County Government, ($27,772,000) § St John Aquifer Storage Recovery Fac, SJWMD, ($1,173.000) — Acting Superintendent CERTIFICATIONS & TRAINING § OSHA- 10 hour updated § First Aid and CPR § Competent Person for Confined Space Entry, updated § Competent Person for Trenching and Excavation, updated § Competent Person for Scaffolding, updated § Certified Crane Operation (company — hydraulic) § Certified Operator — Backhoe, updated § Qualified with Excavators, Dozers, Loaders, Forklift § Construction Blueprint Course § Supervisory Management Course § Competent Person on Jobsites § FDEP Storm -water Inspection Certification REFERENCES § Brett Wilson, Field Engineer - Wharton -Smith, Inc. - Phone: 407-402-2315 § Sean Stanford, Project Manager — Wharton -Smith, Inc. - Phone: 407-321-8410 § Rodney Newell, General Superintendent — Wharton -Smith, Inc. — Phone: 407-402-5488 § Ed Sly, Project Superintendent — Wharton -Smith, Inc. — Phone: 407-402-1701 § lance Rose, Project Superintendent — RTD Construction, Inc. — Phone 727-237-8426 L7 Construction, Inc. FINANCIAL STATEMENTS Year Ended December 31, 2015 HHCBR Accountants ® Consultants-- A onsultants=A CPA Firm The Board of Directors L7 Construction, Inc. Paula G. Home, CPA Erika H. Crenshaw, Mging. Partner Philip E. Blake, CPA Stephen M. Cohn, CPA Catherine Bailes Rathbun, CPA Cesar A. Toro, CPA Cynthia A. Holmes, CPA, Retired INDEPENDENT ACCOUNTANTS' REVIEW REPORT We have reviewed the accompanying financial statements of L7 Construction, Inc., Ian S corporation) which comprise the balance sheet as of December 31, 2015, and the related statements of income, changes in stockholders' equity, and cash flows for the year then ended, and the related notes to the financial statements. A review includes primarily applying analytical procedures to management's data and making inquiries of company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, we do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement whether due to fraud or error. Accountants' Responsibility Our responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. We believe that the results of our procedures provide a reasonable basis for our conclusion. Accountants' Conclusion Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in accordance with accounting principles generally accepted in the United States of America. Supplementary Information The supplementary information included in the supplemental material section is presented for purposes of additional analysis and is not a required part of the basic financial statements. The information is the representation of management. We have not audited or reviewed such information and, accordingly, we do not express an opinion, a conclusion, or provide any assurance on it. gHU13 R HHCBR May 6, 2016 940 Centre Circle, Suite 3014 • Altamonte Springs, FL 32714 • www.hhebr.com • 407-260-9101 • 407-260-9822 Fax L7 Construction, Inc. BALANCE SHEET December 31, 2015 ASSETS Current Assets: Cash 8,125 Accounts receivable 1,066,089 Costs and estimated earnings in excess of billings on uncompleted contracts 186,917 Prepaid expenses 10,716 Total Current Assets 1.271.847 Property and Equipment 199,531 Other Assets: Security deposits 2,619 Total Other Assets 2,619 TOTAL ASSETS $1,473,997 LIABILITIES AND STOCKHOLDERS' EQUITY Current Liabilities: Accounts payable $ 435,969 Billings in excess of costs and estimated earnings on uncompleted contracts 191,695 Accrued expenses 26,846 Current portion of long-term debt 46,824 Total Current Liabilities 701,334 Long -Term Liabilities: Long-term debt 104,845 Total Long -Term Liabilities 104,845 Stockholders' Equity: Common stock; no par value; 100 shares authorized; 10 shares issued and outstanding 100,000 Additional paid -in capital 1,793 Retained earnings 566,025 Total Stockholders' Eauitv 667.818 TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY $1,473,997 See the accompanying notes to financial statements and independent accountants' review report. L7 Construction, Inc. STATEMENT OF INCOME Year Ended December 31, 2015 Revenues $5,578,112 Cost of Revenues Direct constniction costs 4,501,866 Indirect costs 244,098 Total Cost of Revenues 4,745,964 Gross Profit 832,148 General and Administrative Expenses 400,233 Income From Operations 431,915 Other Income (Expense): Interest expense (2,094) Total Other Income (Expense) (2,094) NET INCOME $ 429,821 See the accompanying notes to financial statements and independent accountants' review report. L7 Construction, Inc. STATEMENT OF CASH FLOWS Year Ended December 31, 2015 CASH FLOWS FROM OPERATING ACTIVITIES: Cash provided by operating activities: Cash received from customers $5,463,885 Total Cash Provided By Ooeratine Activities 5.463.885 Cash used in operating activities: Cash paid to suppliers and employees 5,341,268 Interest paid 2,094 Total Cash Used In Operating Activities 5,343,362 Net Cash Provided By (Used In) Operating Activities 120,523 CASH FLOWS FROM INVESTING ACTIVITIES: Cash provided by investing activities — Total Cash Provided By Investine Activities — Cash used in investing activities: Cash payments to purchase property and equipment 25,162 Total Cash Used In Investing Activities 25,162 Net Cash Provided By (Used In) Investing Activities (25,162) CASH FLOWS FROM FINANCING ACTIVITIES: Cash provided by financing activities — Total Cash Provided By Financine Activities — Cash used in financing activities: Principal payments of installment loans Cash distributed to shareholders In Net Cash Provided By (Used In) Financing Activities (90,647) NET INCREASE (DECREASE) IN CASH 4,714 CASH, December 31, 2014 3,411 CASH, December 31, 2015 $ 8,125 L7 Construction, Inc. NOTES TO FINANCIAL STATEMENTS December 31, 2015 A. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Company's Activities and Operating Cycle L7 Construction, Inc., (the Company) is a Florida corporation that was formed in May, 2007. The Company operates in business as a commercial construction contractor undertaking contracts and subcontracts for commercial, environmental, industrial, and municipal construction projects within Florida, primarily for water and sewer related projects. The work is performed primarily under fixed-price contracts. The length of the Company's contracts varies, but is typically less than one year. However, certain contracts undertaken by the Company are performed over a one- to two- year period. Assets and liabilities are classified as current and non-current, because the contract -related items in the balance sheet most likely have realization and liquidation periods ending within one year. The Company includes in current assets and liabilities retentions receivable and payable under construction contracts that may extend beyond one year. All other assets and liabilities are classified using the one-year time period. Use of Estimates Management uses estimates and assumptions in preparing financial statements. Those estimates and assumptions affect the recorded amounts of assets and liabilities, the disclosure of contingent assets and liabilities, and reported revenues and expenses. Significant estimates used in preparing these financial statements include those assumed in computing profit percentages under the percentage -of -completion revenue recognition method and those used in recording a liability for outstanding claims. Because of the inherent uncertainties in estimating costs, it is at least reasonably possible that the significant estimates used will change within the next year. Material estimates that are particularly susceptible to significant change in the near term are percentage -of -completion estimates on contracts and collection of accounts receivable. Cash Flows For purposes of reporting cash flows, the Company considers all highly liquid investments with original maturities of three months or less to be cash equivalents. . Contract Receivables Contract receivables from performing work under construction contracts are based on contracted prices. Individual customer accounts are reviewed for collectibility, considering historical collection information and existing economic conditions. Delinquent receivables are written off based on individual credit evaluation and specific circumstances of the customer and are charged to expense in the period in which the receivables are deemed uncollectible. Revenue and Cost Recognition Revenues from construction contracts are recognized on the percentage -of -completion method, measured by the percentage of direct costs incurred to date to estimated total direct cost for each contract. This method is used because management considers direct costs to be the best available measure of progress on these contracts. Revenues from maintenance service contracts are recognized on a straight-line basisover the life of the contract once the Company has an agreement, service has begun, the price is fixed or determinable, and collectability is reasonably assured. A. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (Continued) Cost of revenues include all direct material, subcontractor costs, labor, and certain other direct costs, as well as those indirect costs related to contract performance, such as indirect labor and fringe benefits. Selling, general, and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Pre -contract costs that are incurred in anticipation of a specific contract and that will result in no future benefits unless the contract is obtained are deferred until such time that the contract is obtained if recoverability, of the costs from the contract is probable. Changes injob performance, job conditions, and estimated profitability, including those arising from job performance, job conditions, contract penalty provisions, claims, change orders, and final contract settlements, may result in revisions to costs and revenues and are recognized in the period in which the revisions are determined. Claims for additional contract revenue and profit incentives are included in revenues when realization is probable and the amount can be reliably estimated. The asset, "Costs and estimated earnings in excess of billings on uncompleted contracts," represents revenues recognized in excess of amounts billed. The liability, "Billings in excess of costs and estimated earnings on uncompleted contracts," represents amounts billed in excess of revenues recognized. Property and Equipment The Company's property and equipment is recorded at cost. Expenditures for additions, improvements, replacements, and betterments, if material, which improve or extend the lives of the respective assets are generally capitalized, while replacements which do not improve or extend the lives of the respective assets and normal repairs and maintenance costs are expensed currently. The cost of assets retired, or otherwise disposed of, and the related accumulated depreciation are eliminated from the accounts, and the resulting gain or loss is reflected in the income statement. Depreciation is provided principally usingthe straight-line method and charged to expense overthe estimated useful lives of the related depreciable assets. Income Taxes The Company computes income for tax reporting purposes using the cash method whereby revenues are recorded as they are received, and expenses are deducted as they are paid. Depreciation for tax reporting purposes is computed using an accelerated system prescribed by the Internal Revenue Code. The Company, with the consent of its shareholders, elected under the Internal Revenue Code to be an S corporation. As such, the Company typically does not pay federal corporate income taxes on its taxable income. In lieu of federal corporate income taxes, the shareholders are taxed on their proportionate share of the Company's taxable income. Accordingly, no provision for federal income taxes is made in these financial statements. Management has determined that the Company does not have any uncertain tax positions and associated unrecognized benefits that materially impactthe financial statements or related disclosures. Since tax matters are subject to some degree of uncertainty, there can be no assurance that the Company's tax returns will not be challenged by taxing authorities and that the Company or its shareholders will not be subject to additional tax, penalties, and interest as a result of such a challenge. Generally, the Company's tax returns remain open for three years for federal and state income tax examination, Advertising The Company expenses advertising costs as they are incurred. Current period advertising expense totaled $6,633. B. ACCOUNTS RECEIVABLE D. COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS The following is a reconciliation of construction work in progress at December 31, 2015: Costs incurred on uncompleted contracts $4,078,174 Estimated accrued direct profit 817,282 4,895,456 Less applicable progress billings 4.900,234 $ (4,778) Included in the accompanying balance sheet under the following captions: Costs and estimated earnings in excess of billings on uncompleted contracts $ 186,917 Billings in excess of costs and estimated earnings on uncompleted contracts 191,695 $ (4,778) E. OPERATING LEASE The Company rents office premises under a three-year operating lease that commenced April 1, 2014, through April 30, 2017. Monthly rents under the lease are $2,471, plus sales tax. Current period expense totaled $31,723. 9 Retainage 0.90 Days 91+ Days Total Completed contracts $ — $ 5,502 $ — $ 5,502 Uncompleted contracts 241,443 799,999 19 145 L060,587 $241,443 $805.501$!9145 $1,066.089 C. PROPERTY AND EQUIPMENT The following is a classification of the Company's property and equipment and the related depreciation: .Coo Current Accumulated Net Book Depreciation Depreciation Value Office equipment $ 43,623 $ 7,561 $14,480 $ 29,143 Construction equipment 132,571 2,279 4,839 127,732 Vehicles and trailers 114,191 20 847 71 535 42.656 $290.385 $30687 $90854 $199.531 D. COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS The following is a reconciliation of construction work in progress at December 31, 2015: Costs incurred on uncompleted contracts $4,078,174 Estimated accrued direct profit 817,282 4,895,456 Less applicable progress billings 4.900,234 $ (4,778) Included in the accompanying balance sheet under the following captions: Costs and estimated earnings in excess of billings on uncompleted contracts $ 186,917 Billings in excess of costs and estimated earnings on uncompleted contracts 191,695 $ (4,778) E. OPERATING LEASE The Company rents office premises under a three-year operating lease that commenced April 1, 2014, through April 30, 2017. Monthly rents under the lease are $2,471, plus sales tax. Current period expense totaled $31,723. 9 F. NOTES PAYABLE The Company has available a $75,000 credit line from Branch Banking and Trust Company (BB&T), bearing interest at bank prime plus I %. The loan is secured by all corporate assets, including equipment and receivables, guaranteed by the Company's shareholder, and is reviewed annually in September for renewal. There was no balance owed on the credit line as of December 31. 2015. The Company's installment debt consists of: 0.0% and 3.55% vehicle equipment notes; payable in monthly installments through December, 2019 $151,669 Amount due within one year 46,824 Long -Term Amount $104.845 Maturities of the Company's long-term debt are December 31: 2017 - $40,944; 2018 - $33,795; 2019 - $30,106. G. BACKLOG The following schedule reflects a reconciliation of the Company's backlog, the amount of revenue the Company expects to realize from work to be performed on contracts in progress at December 31, 2015, and from contractual agreements on which work has not yet begun: Backlog, December 31, 2014 $3,259,761 New contracts obtained and contract adjustments 4.866.750 8,126,511 Less contract revenues earned in the current period 5.578.112 Backlog, December 31, 2015 $2.548.399 H. SIGNIFICANT CONCENTRATIONS OF CREDIT RISK The Company concentrates its credit risk for cash by maintaining bank deposit accounts in amounts that may exceed the Federal Deposit Insurance Corporation (FDIC) insurance limits. Credit risk for the Company's accounts receivable is concentrated as well because significant balances are due from a relatively small number of customers and the Company generally requires no collateral. In certain cases, the Company may be able to file a lien on the construction project against unpaid accounts receivable in accordance with state law. During the current year, the Company recognized revenue with significant customers under construction contracts as follows: Contract A $1,055,805 18.9% Contract B 882,273 15.8 Contract C 718,863 12.9 Contract D 650,375 11.7 Contract E 562,577 10.1 lut 1. COMMITMENTS AND CONTINGENCIES The Company, as a condition for entering into some of its construction contracts, may be obligated under indemnity agreements to the Company's surety company on any outstanding construction bonds. Certain of the Company's contracts require warranties to be provided covering materials and workmanship. The Company's management feels that any claims that might arise under such warranty provisions would be nominal and not have a material effect on the accompanying financial statements. J. CHANGE IN ACCOUNTING ESTIMATE Adjustments to the original estimate of total contract revenue, total contract cost, orextent ofprogress toward completion are often required as work progresses under a construction contract and as experience is gained, conditions are changed, and new developments arise, even though the scope of the work required under the contract may not change. During the current period, the Company's revenues and net income were increased by approximately $33,000 comprising the cumulative effect from changes in estimates on certain construction projects begun in the previous year. The effect of the changes in estimates results from differences in revenues recognized in the previous year and revenues that would have been recognized had the revised estimates been used as the basis of recognition of contract profits. K. SUBSEQUENT EVENTS Management has evaluated subsequent events through May 6, 2016, which is the date that the financial statements were available to be issued.