Loading...
HomeMy WebLinkAboutR2T BidSUBMITTED: 4Z 5 .g_ to PROJECT IDENTIFICATION NAME OF BIDDER: SECTION 00300 BID FORM CITY OF CAPE CANAVERAL WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILITATION R2T Inc BUSINESS ADDRESS: 1201 US Highway 1 Suite#220 North Palm Beach, FI 33408 Phone No.: 561 775-0009 Fax No.: 561 775-0092 E -Mail Address: jeff.watson@r2tinc.com CONTRACTOR'S FLORIDA LICENSE NO.: CGC1511908 THIS BID 1S 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. 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. Dated/Y. No. Dated No. Dated �j,1i6 No. Dated No. ? Dated 4,4,411bNo. 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 Il.t n' Ni. I Description Oxidation Mobihz ition mid Demobilization Estimated Unit Quantity 1 LS Unit Price Total Price 2 General Requirements 1 LS $ $ G+-25;, 3 Indemnification I LS $ 00.00 $ f.000.00 4 Drain tlx: Oxidation Ditch 460 1000 gallons 5 Clean the Oxidation Ditch 3.000 TON $ 6 Structural RepaidRchabilitation Allo%%ance I LS $ 60,000.00 $ 60.000.00 7 All Other Work Not Included in Items l through 6 1 LS $ WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILIT ON (SUM OF NUMBERS 1 THROUGH 7) n $d p/ o / J 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. RS S/snr/sl h/specs/s-1 /00300 Tt4200-52528-13003 00300-2 051616 J (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. 7. 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 Descn i n (LF, SY _ A $ $� B $ $ C $ $ D $ $ TOTAL: $!b / 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. R S S/snr/sl h/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 (SEAL) (Individual's Signature) (SEAL) (Individual's Name) Doing Business as Business Address: Phone No.: Fax No.: E -Mail Address: Florida Licence No A PARTNERSHIP (SEAL) (Partnership Name) (SEAL) (General Partner's Signature) (SEAL) (General Partner's Name) Business Address: Phone No.: Fax No.: E -Mail Address: Florida License No.: RSS/snr/sl h/speos/s-1 /00300 Tt#200-52528-13003 00300-4 051616 NAME OF BIDDER: A CORPORATION R2T Inc R2T Inc (Corporation Name) Florida (State ofImDrporation) By George Ajy (Name of Person Authorized to Sign) Vice President 411 INC (Title) s GORPOR4T4p •'•, (Authoriz Signatu SEAL = (Corporate Seal) P` Business Address: 1201 US Highway I Suite#220 North Palm Beach, FI 33408 Phone No.: Fax No.: 561775-0009 561 775-0092 E -Mail Address: jeff.watson@r2tinc.com Corporation President:: Kimberly Ajy Florida License No.: CGC 1511908 RSS/snr/slh/specs/s-1/00300 Tt#200-52528-13003 00300-5 051616 NAME OF BIDDER: A JOINT VENTURE (Address) 10 (Address) Business Address Phone No.: Fax No.. E -Mail Address: Florida License No R2T Inc (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: Surety's Address: National American Insurance 1010 Manvel Ave, Chandler, OK 74834 Name and address of Surety's resident agent for service of process in Florida: Registered Agent: CT Corporation 200 E. Gaines St Tallahassee, FL 32399 RS S/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 051616 SCHEDULE OF BASE BID MANUFACTURERS/SUPPLIERS Item Equipment Item Specification Base Bid No. or Material Section No. Manufacturer/Supplier 1. Paintings 09900 Carboline Tnemec Company, Inc. C. Keeler & Long, Inc. D. Porter International 2. Fabricated Aluminum Slide and Weir 11287 Waterman Industries Gates Rodney Hunt Company C. Fontaine D. Whipps 3. Fine Bubble Diffused Aeration System 11376 Aquarius �g Sanitaire `K 4. Oxidation Ditch Aeration Equipment 11377 Ovivo 5. FRP Carousel Aerator Cover Svstcm 11380 /� Midwestern Fabricators Enduro Composites 6. Positive Displacement Blowers and 11450 (A/ Universal Blower Pac Inc. Accessories `� Excelsior 7. Control S\ stems Supplier 13600 Santis Engineering Rocha Controls 8. Ductile Iron Pipe 15050 (A American U.S. Pipe C. Clow/McWane 9. Ductile Iron Fittings 15050A. Tvler/Union Clow/McWane C. American 10. Plug Valves 15050 0 Mucllcr/Pratt B. Clow/Kennedy C. Dezurik 11. Gate Valves (3" and larger) 15050 American -Darling Valve Company B. Clow C. U.S. Pipe D. M&H E. Kennedv F. Mueller G. Tyler 12. Tapping Sleeves and Valves 15050 JCM B. U.S. Pipe C. Mueller D. American RSS/snr/slh/specs/s-1 /00300 Tt#200-52528-13003 00+00-8 051616 Item Equipment Itcm Specification No. or Material Section No. SUBSTITUTIONS AND "OR EQUAL" i 11312 A. God«in Pumps B. Thompson C. Rain for Rent The undersigned as Bidder agrees that substitutions, or "or equal" items will not be considered until after the "Effective Date of the Agreement" and will be evaluated in accordance with Paragraph 6.05, of the General Conditions as amended by the Supplementary Conditions. If Bidder intends to propose substitutions or "or equal" items after the "Effective Date of the Agreement", it is agreed that these items will be listed on the Substitution List that must be included with the Bid (form provided herein). Only the proposed substitutions or "or equal" items listed on the Substitution List and submitted at the time of Bid will be evaluated by the Engineer in accordance with the General Conditions. SUBSTITUTION LIST OF MANUFACTURERS/SUPPLIERS Bidder proposes the following substitutions and "or equal" items of alternate manufacturers/suppliers for the equipment of material categories so identified: Equipment Substitute/"or equal" Item Drawing Spec. Manufacturer/Supplier Proposed Material No. Section (List One Only) Price Deduct I . 3. 4. 5. 6. 7. 9. 10. END OF SECTION RSS/snr/sl h/spees/s-1 /00300 Tt#200-52528-13003 00300-9 051616 DATE: 6-30-2016 PROJECT IDENTIFICATION: NAME OF BIDDER: SECTION 00301 QUESTIONNAIRE CITY OF CAPE CANAVERAL, FLORIDA WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILITATION BUSINESS ADDRESS: 1201 US Highway 1, Suite #220 North Palm Beach, FI 33408 Phone No. 561 m-0004 CONTRACTOR'S FLORIDA LICENSE NO. CGC15119o8 The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. 1. How many years has your organization been in business as a general contractor? 10 years 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? Holston Army Ammunition I WTP Aeration upgrades- Installed aeration into an anaerobic digester at the industrial WWTP. Completed 2012. $2.8M contract. Sub to SAIC under contract with US Army FnVirnnmental Pmiert inrhided decigrn and inatallatinn of new narafnn system inrineive. of hlnwer and air piping_ Have you ever failed to complete work awarded to you? If so, where and why? RSS/snr/specs/s-1100301 Tt4200-52528-13003 00301-1 021114 4. Name three (3) individuals or corporations for which you have performed work and to which you refer: SAIC, Mark Klingenstein, 973-439-2911 City of Kingport TN Niki Ensor 4?.3-914-9413 5. Have you personally inspected the site of the proposed work? Describe any anticipated problems with the site and your proposed solutions? Yes. Maintaining access will require burying the temporary piping. Clearance in the area is not kn Dewatering discharge for the new pipeline installation will produce significant water to discharge 6. Will you subcontract any part of this work? If so, describe which portions: Electrical. Cnntrols. Cnatinga. Sludge and grit removal and naving. 7. Please list the names and addresses of the subcontractors to be used for the portions of the work listed below. Additional information may be required in accordance with the Instructions to Bidders, Article 10. See Section 00301-A. EARTHWORK: PAVING: Arrow Paving CONCRETE: MECHANICAL: 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? Tools and small equipment 9. What equipment will you purchase for the work? 10. What equipment will you rent for the work? Fxcav»tnr. loader, numng END OF SECTION RS S/sm/specs/s- 1/003 01 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 Address and Dollar Telephone Number Trade Amount Santis Engineering 7011 N Atlantic Ave_ ste 101 Cape Canaveml, Fl Electrical $ "exw-hCoalm. s 1Izsr Coating $ SSM 711 Progw Way a. Gdt Removal $ * $ $ * Use additional sheets if necessary. END OF SECTION Minority, Female or Majority Owned RS S/snr/specs/s-1 /00301 A Tt#200-52528-13003 00301A-1 021114 SECTION 00302 REFERENCES Project Name: City of Cape Canaveral, WWTP Improvements for Oxidation Ditch Rehabilitation OWNER CONTACT PERSON TELEPHONE NUMBER City of Kingsport Niki Ensor 423-914-9433 Weston Solutions John Lathram 770-325-7983 USAGE Donna Zoeller 561472-8892 RSS/snr/specs/s-1 /00302 Tt#200-52528-13003 00302-1 021114 SECTION 00303 SIMILAR PROJECTS Project Name:City of Cane Canaveral, WWTP Improvements for Oxidation Ditch Rehabilitation List at least fine (S) smnlar projects completed in the Last tluce tears that indicate the experience and qualifications of the Bidder (mleth a to Ilus oroiecn. Su til aresper ewe shall be projects for nastem:nerucatnacm plant intprownteNs or upgrades for nra%c%%ater taeatncm facilities 10 nngd ADF or gmocr and include aeration ststena unprocemeNs faith similar types of eq uipntent (i.c. surface aerators. blowers. diffusers. etc ) Infomaation should incitde Oti per's mann; frith contact person: description of nsork including Bidders responsibilities, original contract price. final contract price. orightid contract lime. actual time to comapine flue project and am rclen;mt eirmmnsauces or conditions abom the project. PROJECT NAME: Elkmont Campground Water 01VNER-S NAME National Park Service _ _ _ _ CONTACT: Laurie Jackson PHONE 865-436-1219 PROJECT DESCRIPTION T e project consisted of the replacement of the existing water main distribution system within the park All 10,000 feet of ductile iron piping was removed and replaced with new trought the park Extensive rock excavation and removal was required due to the location within the Smoky Mountains. ORIGINAL CONTRACT AMOUNTS 946,000 FINAL CONTRACT ANIOUNT S 946,000 NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS ORIGINAL CONTRACT TIME (Subsianlad Completion): ACTUAL TIME TO COMPLETE (Subsiantail Completion): OTHER RELEVANT INFORMATION Pump station and water tank demolition was required as Dart of the work New hydrants and drinking water fountains were installed. All landscapine was__ returned to a native condition after construction. PROJECT NAME: Kingsport Aeration Improvements O%VNER'S NAME Kingsport Aeration Improvements CONTACT Niki Ensor PHONE: 423-914-9433 PROJECT DESCRIPTION The pro e #Q�I_s>5ted of installinga new 150ITP_A,ir RearingblQwe ..Tl blower is controlled by a VN7J which allow the city tto ad) st t e amount of air beinintro�uce into the basins. The blower required additional power to be supplied from the plant tansforme - -- _ P Ductbanks and a new distribution panel was installed to provide for this need. ORIGINAL CONTRACT AMOUNT $ 346,000 FINAL CONTRACT AMOUNT $ 346,000 NUMBER AND DOLLAR AN10UNT OF CHANGE ORDERS ORIGINAL CONTRACT TIME (Substantial Counpletion) ACTUAL TIME TO COMPLETE (Substantial Completion RSS/snr/spews-1 /00303 Tt#200-52528-13003 00303-1 062514 OTHER RELEVANT INFORMATION. In order to integrate the new blower into the modification to the existing SCADA PLC panel was required. These modificati aerators to decide which blower would run and how they would be controlled. PROJECT NAME: Holston Army Ammunition Plant OIVNER'S NAME. CONTACT. Mark PI10\F PROJECT DESCRIPTION R2T was contracted to design and construct upgrades to the Holston n Ammunition Plants (HSAAP) )Industrial Wastewater Treatment Plant to meet the revised effluent limits on the explosive compound RDX. ORIGINAL CONTRACT AMOUNT. S 1600 000 FINAL CONTRACT AMOUNT $ 1,600,000 NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS _ ORIGINAL CONTRACT TIME (Substantial CotnpUion) ACTUAL TIME TO COMPLETE (Substantial Completion) OTHER RELEVANT INFORMATION: The upgrade envolved the removal of the existing media, installation of a media support system new media, new air blower system, actuated sluice gates, trough modifications and repairs Influent piping modifications and hydraulic analysis of the existing and proposed systems. PROJECT NAME: Hurlburt Field Air Force Base OWNER'S NAME. Weston Solutions, Inc. CONTACT John Lathram PHONE 770-325-7983 PROJECT DESCRIPTION R2T was subcontracted y estop o utions, Inc. to construct t e water reuse transfer pump station and upgrades to the electrical and control systems for the Hurlburt Field W WTP. The new distribution system would stop the constant discharge of W WTP ettluent into the adjacent wetlands and would redirect the flow to the base for reclaimed usage. ORIGINAL CONTRACT AMOUNT: S 2,600,000 FINAL CONTRACT AMOUNT S 2,600,000 NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS ORIGINAL CONTRACT TIME (Subsemted Complcuon) _ ACTUAL TIME TO COMPLETE (Subsuni ial Complctionr. OTHER RELEVANT INFORM High Service Pump Station, Data Acquisition (SCADA), Reuse Station, RSStsnrlspecs/s-I i00303 Tt4200-52528-13003 00301-2 062514 PROJECTNAME: Robins Air Force Base Headworks OWNER'S NAME: Robins AFB Headworks CONTACT Kha_lida H000_er PHONE: 478-327-8941 PROJECT DESCRIPTION Design new equipment to replace existing headworks a ui ment. Procure and install new headworks screening and grit classifier equipment. Integrate new equipment into ORIGINAL CONTRACT AMOUNT S 335,000 FINAL CONTRACT AMOUNT S 335,000 NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS ORIGINAL CONTRACT TIME (Substailld Completion) _ ACTUAL TIME TO COMPLETE (Substatutal Coinplcbon) OTHER RELEVANT INFORMATION The existing systems were not integrated with the plant SCADA system. No alarms or communication were present to alert operators of an issue. In order to mod( was conveyed to the SCADA computer via radio transmission. This approach allowed for easy integration with no underground conduit installation required. PROJECT NANIE• _ OWNER'S NAME CONTACT PROJECT DESCRIPTION ORIGINAL CONTRACT AMOUNT $ FINAL CONTRACT AMOUNT. S NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS ORIGINAL CONTRACT TIME (Substantial Complction). - ACTUAL TIME TO COMPLETE (Subsatntctl Coutplcbon), OTHER RELEVANT INFORMATION PHONE RSS/snr/specs/s-I +00303 Tt#200-52528-13003 00303-3 062514 Section 00310 DRUG-FREE WORKPLACE The undersigned vendor, in accordance with Florida Stange 287.087, hereby certifies that R2T Inc does: (Name ofBusiness.) 1. Publish a statement notiA ing employee that the unlawful manufacture, distribution, dispensing, possession. or use of a controlled substance is prohibited in the workplace and specifiing 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 police 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 (I), 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 an% 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 ccrtifi that this firm complies fully with time above requirements. Date (THIS FORM MUST BE. COMPLETED [F APPLICABLE.AND RETURNED WITH YOUR PROPOSAL) RSS/snr/specs/s- 1/00310 Tt#200-52528-13003 00310-1 022614 Bond No. CBB45816 SECTION 00410 KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, R2T, Inc. as Principal, and National American Insurance Company 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 of Amount Eia**************•*** 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. Bid No. 2016-03. NOW THEREFORE, 1. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents. 2. This obligation shall be null and void if. 2.1 Owner accepts Bidder's bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents and Contract Documents, or 2.2 All bids are rejected by Owner, or 2.3 Owner fails to issue a notice of award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by paragraph 5 hereof). 3. Payment under this Bond will be due and payable upon default of Bidder and within thirty (30) calendar days after receipt of Bidder and Surety of written notice of default from Owner which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. RS S/snr/specs/s- 1/00410 Tt9200-52528-13003 00410-1 022614 Bond No. CBB45816 -Cont. 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. 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. 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. 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- 1/00410 Tt#200-52528-13003 00410-2 022614 Bond No. CBB45816 -Cont. 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): R2T. Inc. By: -e --- (L.S.) Title: Va Attest: Signatu e lid Title Surety (Print Full Name): National American Insurance Company. Surety's Name and Corporate Seal By. ✓1 Signature (attach power of attorpey)• E'M`. DWTz c eo Title: Attorney- In -Fact Attest: amm, Assistant Signature and Title 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 NATIONAL AMERICAN INSURANCE COMPANY CHANDLER, OKLAHOMA Number: CBB45816 POWER OF ATTORNEY DUPLICATES SHALL HAVE THE SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL. KNOW ALL MEN BY THESE PRESENTS: That the National American Insurance Company, a corporation duly organized under the laws of the Stale of Oklahoma, having its principal office in the city of Chandler, Oklahoma, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 8th day of July, 1987, to wit: "Resolved, that any officer of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attomey-in-fact, such persons, firms, or corporations as may be selected from time to time. Resolved that nothing in this Power of Attorney shall be construed as a grant of authority to the a0omey(s}in fact to sign, execute, acknowledge. deliver or otherwise issue a policy or policies of insurance on behalf of National American Insurance Company. Be It Further Resolved, that the signature of any officer and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such Power of Attorney or certificate beating such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond and documents relating to such bonds to which it is attached.' National American Insurance Company does hereby make, constitute and appoint A.M. DiGeronitno, Colin Y. Tunny Its true and lawful attomey(s)-in-fact, with full power and authority hereby conferred in its name, places and stead, to sign, execute, acknowledge and deliver in its behalf, and its act and deed, as follows: The authority of said Attomey-in-fact to bind the company shall not exceed $3,000,000 for any single bond. And to bind National American Insurance Company thereby as fully and to the same extent as if such bonds and documents relating to Such bonds were, signed by the duly authorized officer of the National American Insurance Company, and all the acts of said Attomey(s) pursuant to the authority herein given, are hereby ratified and confirmed. IN WITNESS WHEREOF, the National American Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seat to be hereto affixed. STATE OF OKLAHOMA I COUNTY OF LINCOLN ) SS: NATIONAL AMERICAN INSURANCE COMPANY W. Brent LaGere, Chairman & Chief Executive Officer On this 2nO day of January, AD. 2014, before me personally came W. Brent LaGere, to me known, who being by me duly swom, did depose and say; that he resides in the County of Lincoln, State of Oklahoma; that he is the Chairman and Chief Executive Officer of the National American Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seat; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order. OFFICIAL K JANET TAYLOR NOTARY PUBLIC OKLAHOMA AHOMA O OKLAHOMACOUNTY ' MY COMM. NO. 02006203 Notary Public R A MY COMM. EJCP. '/ k- 8 My Commission Expires April 8, 2018 Commission #02006203 STATE OF OKLAHOMA I COUNTY OF LINCOLN I SS: I, the undersigned, Assistant Secretary of the National American Insurance Company, an Oklahoma Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force. 30th June 2016 Signed and Sealed at the City of Chandler. Dated the day of �10i IMS, peep o SQL r .4 f Joyce M. Seitz, Assistant Secretary SECTION 00420 CORPORATE RESOLUTION 1, Kimberly Aiv , Secretary of R?T Ino a corporation organized and existing under the laws of the State of GA. FL , hereby certify that at a meeting of the Board of Directors of the Corporation duly called and held on hme 27 , 20 16, 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. 1 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 Kimberly Ajy George Ajy Kimberly Ajy Kimberly Ajy President Vice President Secretary Treasurer OFFICIAL SIGNATURE IN WITNESS WHEREOF, t have hereunto subscribed my name as Secretary and affixed the seal of the corporation this 27 day of 20 16 SECRETARY: DATE: 06/27/2016 (Signal e) END OF SECTION RSS/snr/specs/s-1/00420 Tt9200-52528_1;003 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. 1. This swom statement is submitted to Sandra Rocha (print name of the public entity) by George Aiy, Vice President (print individual's name and title) for R2T Inc (print name of entity submitting sworn statement) whose business address is 1201 US Highway I Suite#220 North Palm Beach, FI 33408 and (if applicable) its Federal Employer Identification Number (FEIN) is 20-2835149 (If the entity has no FEIN, include the Social Security Number of the individual sigping this sworn statement: J 2. l understand that a "public entity crime" as defined in Paragraph 287.133(1)(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(lxb), 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 1, 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 Tt9200-52528-13003 00470-1 021114 I . A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133(1)(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 I, 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 1 (ONE) ABOVE IS RS S/snr/specs/s-1 /00470 Tt4200-52528-13003 00470-2 021 t 14 STATE OF COUNTY OF Florida Palm Beach SECTION 00480 NONCOLLUSION AFFIDAVIT Sandra Rocha being first duly sworn deposes and says that: I. He (it) is the George Ajy , of R2T Inc , 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 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 IN THIS FORM. Sworn to and subscribed before me this 27)h day of dune /20L. C� Personally known to Ywt? e5Gncim k9och0 OR Produced identification Notary Public - State of Florida M fission ex Cres Ojoper Xz2016 Yoe sA6 eot to (type of Identification) ` ,MyCOMMISSION IEEW77 _ EXPIRES: October 26 2016 (prie R?W"brtbmmissioned name of notary public.) END OF SECTION RSS/snr/specs/s- 1/00470 Tt#200-52528-13003 00470-3 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) f� Cost A. CITY OF CAPE CANAVERAL WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILITATION (Cost in Words) TOTAL $ FAILURE TO COMPLETE THE ABOVE SHALL RESULT IN THE BID BEING DECLARED NON-RESPONSIVE DATE: Z.- 97- / e -- COMPANY NAME: R2T, Inc. BY: END OF SECTION RS S/s nr/specs/s-1 /00490 Tt#200-52528-13003 00490-1 021114 Sworn and subscribed to before me this 216 day of Jun P 2016, in the State of Florida , County of Palm Beach cZnAcL KOGh c— Notary Public ":.:°4� SpNDpAppCHq MY COMMISSION ! EE 630971 J EXPIRES: October 26, 2016 My Commission Expires: Odober 2612016 BMdWThfu Ur No" SW" END OF SECTION RSS/snr/specs/s- 1/00480 Tt#200-52528-13003 00480-2 021114