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