HomeMy WebLinkAboutWharton-Smithr go
SECTION 00300
SUBMITTED: June 30, 2016
Date
PROJECT IDENTIFICATION: CITY OF CAPE CANAVERAL
WWTP IMPROVEMENTS FOR
OXIDATION DITCH REHABILITATION
NAME OF BIDDER: Wharton -Smith, Inc.
BUSINESS ADDRESS: 750 Monroe Road, Sanford. FL 32771
Phone No.: (407) 321-8410 Fax No.: (407) 327-6984
E -Mail Address: swhite0whartonsmith.com• Contact: Sean White
CONTRACTOR'S FLORIDA LICENSE NO.: CGC1511243
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.
hi 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. One
Dated
06/14/16 ;
No.
Dated
No. Two
Dated
66/15/16 ;
No.
Dated
No. Three
Dated
06/24/16 ;
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.
RS S/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.
5. 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
tItem
No.
1I
Description
Ditch
Mobilization and Demobilization
Estimated
Unit
Q1 1
uantity
i LS
Unit Price
$140 OOO
Total Price
$ 140 DoD
2
General Requirements
1 LS
$ 795, noo
$ 15, p00
3
Indemnification
1 LS
$ 1,000.00
$ 1,000.00
4
Drain the Oxidation Ditch
460 1000 gallons
6
13,SDO
5
Clean the Oxidation Ditch
3,000 TON
$ Lo
$ W0,000
6
Structural Repair/Rehabilitation Allowance
1 LS
$ 60,000.00
$ 60,000.00
7
All Other Work Not Included in Items I through 6
1 LS
$ 9
V 915
WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILITATION
(SUM OF NUMBERS 1 THROUGH 7)
'Doe
$ cigN e o
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/slh/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).
(I) 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 Trench 1hox LS t $ S,000 $ 46,000
B $ $
C $ $
D $ $
TOTAL: $ S, o % o
THIS IS NOT A PAY ITEM. The purpose of this form is to disclose information on the costs
associated with trench safety measures and to insure that the Bidder has considered these costs
and included them in the Bid Price. Contractor will not receive additional payment if actual
quantities differ from those estimated above or if the Contractor uses a safety measure different
than those listed.
Failure to complete the above may result in the Bid being declared non-responsive.
RSS/snr/slh/specs/s-1/00300
Tt#200-52528-13003 00300-3 051616
NAME OF BIDDER: Wharton -Smith, Inc.
If Bidder is: (ALL SIGNATORIES MUST HAVE THEIR NAME PRINTED OR TYPED
BELOW THEIR SIGNATURE)
SOLE PROPRIETORSHIP
N/A
(Individual's Signature)
N/A
(Individual's Name)
Doing Business as: N/A
Business Address: N/A
(SEAL)
(SEAL)
Phone No.: N/A
Fax No.: N/A
E -Mail Address: N/A
Florida Licence No.: N/A
A PARTNERSHIP
N/A
(SEAL)
(Partnership Name)
N/A
(SEAL)
(General Partner's Signature)
N/A
(SEAL)
(General Partner's Name)
Business Address: N/A
Phone No.: N/A
Fax No.: N/A
E -Mail Address: N/A
Florida License No.: N/A
RS S/snr/slh/specs/s-1 /003 00
Tt#200-52528-13003 00300-4
051616
NAME OF BIDDER: Wharton -Smith, Inc.
A CORPORATION
Wharton -Smith, Inc.
(Corporation Name)
Florida
(State of Incorporation)
By Ronald F. Davoli
(Name of Person Authorized to Sign)
(Corpo
Attest
Business Address: 750 Monroe Road, Sanford, FL 32771
Phone No.: (407) 321-8410
Fax No.: (407) 327-6984
E -Mail Address: swhiteQa whartonsmith.com; Contact: Sean White
Corporation President::
Florida License No.
Ronald F. Davoli
CGC1511243
RS S/snr/slh/specs/s-1 /003 00
Tt#200-52528-13003 00300-5 051616
NAME OF BIDDER: Wharton -Smith, Inc.
A JOINT VENTURE
By N/A (SEAL)
(Name)
N/A
(Address)
By N/A (SEAL)
(Name)
(Address)
Business Address: N/A
Phone No.: N/A
Fax No.: N/A
E -Mail Address: N/A
Florida License No.: N/A
(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: Western Surety Company
Surety's Address: 101 S. Reid Street, Ste 300, Sioux Falls, SD 57103
Name and address of Surety's resident agent for service of process in Florida:
Guignard Company
Contact: Bryce Guignard, Phone: (407) 834-0022
1904 Boothe Circle, Longwood, FL 32750
RS S/snr/slh/sp ecs/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.
RS S/snr/slh/specs/s-1 /00300
Tt#200-52528-13003 00300-7 051616
SCHEDULE OF BASE BID MANUFACTURERS/SUPPLIERS
Item Equipment Item Specification Base Bid
No. or Material Section No. Manufacturer/Si
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
RS S/snr/slh/specs/s-1 /00300
Tt#200-52528-13003 00300-8 051616
B.
Tnemec Company, Inc.
C.
Keeler & Long, Inc.
D.
Porter International
11287
A.
Waterman Industries
®
Rodney Hunt Company
C.
Fontaine
D.
Whipps
11376
(S)
Aquarius
B.
Sanitaire
11377
Ovivo
11380
(%
Midwestern Fabricators
B.
Enduro Composites
11450
W!
Universal Blower Pac Inc.
B.
Excelsior
13600
(:9)
Santis Engineering
B.
Rocha Controls
15050
A.
American
(M
U.S. Pipe
C.
Clow/Mc Wane
15050
/� A.
Tyler/Union
``""��
Clow/McWane
�Fn
American
15050
A.
Mueller/Pratt
Clow/Kennedy
C
Dezurik
15050
A.
American -Darling Valve
Company
B.
Clow
C.
U.S. Pipe
M&H
Kennedy
F.
Mueller
G.
Tyler
15050
6?
JCM
B.
U.S. Pipe
C.
Mueller
D.
American
RS S/snr/slh/specs/s-1 /00300
Tt#200-52528-13003 00300-8 051616
Item Equipment Item
No. or Material
Base Bid
Bypass Pumping 11312 V Godwin Pumps
B. Thompson
C. Rain for Rent
SUBSTITUTIONS AND "OR EQUAL"
The undersigned as Bidder agrees that substitutions, or "or equal" items will not be considered
until after the "Effective Date of the Agreement' and will be evaluated in accordance with
Paragraph 6.05, of the General Conditions as amended by the Supplementary Conditions. If
Bidder intends to propose substitutions or "or equal" items after the "Effective Date of the
Agreement', it is agreed that these items will be listed on the Substitution List that must be
included with the Bid (form provided herein). Only the proposed substitutions or "or equal"
items listed on the Substitution List and submitted at the time of Bid will be evaluated by the
Engineer in accordance with the General Conditions.
SUBSTITUTION LIST OF
MANUFACTURERS/SUPPLIERS
Bidder proposes the following substitutions and "or equal' items of alternate
manufacturers/suppliers for the equipment of material categories so identified:
Equipment Substitute/"or equal'
Item Drawing Spec. Manufacturer/Supplier Proposed
Material No. Section (List One Only) Price Deduct
1. NSA
2.
3.
4.
5.
6.
7.
9.
10.
END OF SECTION
RS S/snr/slh/specs/s-1/00300
Tt#200-52528-13003 00300-9 051616
SECTION 00301
QUESTIONNAIRE
DATE: June 30, 2016
PROJECT IDENTIFICATION: CITY OF CAPE CANAVERAL, FLORIDA
WWTP IMPROVEMENTS FOR
OXIDATION DITCH REHABILITATION
NAME OF BIDDER: Wharton -Smith, Inc.
BUSINESS ADDRESS: 750 Monroe Road, Sanford, FL 32771
Phone No. (407) 321-8410
CONTRACTOR'S FLORIDA LICENSE NO. CGC1511243
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?
32 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?
St. Lucie West WWTP Expansion. Please see attached Section 00303.
3. Have you ever failed to complete work awarded to you? If so, where and why?
No.
RS S/snr/specs/s-1 /003 01
Tt#200-52528-13003 00301-1 021114
0
5.
Q
7
Name three (3) individuals or corporations for which you have performed work and to
which you refer:
Please see attached Reference List.
Have you personally inspected the site of the proposed work? Describe any anticipated
problems with the site and your proposed solutions?
Yes. No anticipated problems.
Will you subcontract any part of this work? If so, describe which portions:
Please see question 7 below and Section 00301-A.
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: Wharton -Smith, Inc.
PAVING: Wharton -Smith, Inc.
CONCRETE: Wharton -Smith, Inc.
MECHANICAL: Wharton -Smith, Inc.
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?
Please see attached Company Owned Equipment List.
9. What equipment will you purchase for the work?
As needed or required.
10. What equipment will you rent for the work?
As needed or required.
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 Majority Owned
* ExC e%e *eclr%
22►_ w1 • may 21
$ulkl � CltrtcwnFCt �
C05�i S
*�n1;c �J"SiM�r(f�Q
fi011 �1 • AEhnKc Awe'
8ut�t 101 Cn�Cnc�nvecal C\�}�iffiI_'
*
*
*
*
Use additional sheets if necessary.
S axj-g o
END OF SECTION
RS S/snr/specs/s-1 /00301 A
Tt#200-52528-13003 00301A-1 021114
SECTION 00302
REFERENCES
Project Name: City of Cane Canaveral WWTP Improvements for
Oxidation Ditch Rehabilitation
OWNER CONTACT PERSON TELEPHONE NUMBER
Please see attached Reference List.
RSS/snr/specs/s-1/00302
Tt#200-52528-13003 00302-1 021114
SECTION 00303
SIMILAR PROJECTS
Project Name: City of Cape 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 project). Similar experience shall be projects for wastewater treatment plant improvements or
upgrades for wastewater treatment facilities 1.0 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: _Cocoa Beach Water Reclamation Facility Upgrades & Process Conversion
OWNER'S NAME: City of Cocoa Beach
CONTACT: Jack Shelton PHONE: (321) 868-3243
PROJECT DESCRIPTION: Please see attached Project Description.
ORIGINAL CONTRACT AMOUNT: $ 15,142,000
FINAL CONTRACT AMOUNT: $ 15,419,581
NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: 4; $277,581
ORIGINAL CONTRACT TIME (Substantial Completion): July 2013
ACTUAL TIME TO COMPLETE (Substantial Completion): July 2013
OTHER RELEVANT INFORMATION:
PROJECTNAME: St Lucie West WWTP Expansion
OWNER'S NAME: St.l
CONTACT: Dennis
PHONE: (772) 340-0220
PROJECT DESCRIPTION: Please see attached Project Description.
ORIGINAL CONTRACT AMOUNT: $ 10,830,500
FINAL CONTRACT AMOUNT: $ 6,531,664
NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: 7; ($4,298,835.46)
ORIGINAL CONTRACT TIME (Substantial Completion): 420 Calendar Days
ACTUAL TIME TO COMPLETE (Substantial Completion): 521 Calendar
RS S/snr/specs/s-1 /00303
Tt#200-52528-13003 00303-1 062514
OTHER RELEVANT INFORMA
PROJECT NAME: Manatee SEWRF Sludge Holding Tank Improvements
OWNER'S NAME: Manatee County Public Works Department
CONTACT: Anthony Benitez, PE PHONE: (941) 708-7450
PROJECT DESCRIPTION: Please see attached Project Description.
ORIGINAL CONTRACT AMOUNT: $ 942,700
FINAL CONTRACT AMOUNT: $ 910,187.50
NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: 1;($32,512.50)
ORIGINAL CONTRACT TIME (Substantial Completion): 05/14/15
ACTUAL TIME TO COMPLETE (Substantial Completion): 05/19/15
OTHER RELEVANT INFORMATION:
PROJECT NAME: Manatee SEWRF 10 MG Storage Tank & Interconnect
OWNER'S NAME: Manatee County Public Works Department
CONTACT: Anthony Benitez, PE PHONE: (941) 708-7450
PROJECT DESCRIPTION: Please see attached Project Description.
ORIGINAL CONTRACT AMOUNT: $ 8,415,750
FINAL CONTRACT AMOUNT: $ 8.335,764.85
NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: 24; ($79,985.15)
ORIGINAL CONTRACT TIME (Substantial Completion): 04/23/2016
ACTUAL TIME TO COMPLETE (Substantial Completion): 07/23/2016
OTHER RELEVANT INFORMATION:
RS S/snr/specs/s- 1/003 03
Tt#200-52528-13003 00303-2 062514
PROJECT NAME: S. Bermuda Diffuser
OWNER'SNAME: ion
CONTACT: Lan Zhou
PHONE: (407) 944-5000
PROJECT DESCRIPTION: Please see attached Project Description.
ORIGINAL CONTRACT AMOUNT: $ 725,161
FINAL CONTRACT AMOUNT: $ 658,013
NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: 3;T$67,147.91)
ORIGINAL CONTRACT TIME (Substantial Completion): 07/31/2014
ACTUAL TIME TO COMPLETE (Substantial Completion): 07/31/2014
OTHER RELEVANT
PROJECT NAME: Cudjoe Key Advanced Water Reclamation Facility
OWNER'S NAME: Florida Keys Aqueduct Authority
CONTACT: Donald R. Hubbs PHONE: (305) 295-2142
PROJECT DESCRIPTION:
Please see attached Pro
ORIGINAL CONTRACT AMOUNT: $ 21,872,000
FINAL CONTRACT AMOUNT: $ 23,071,509
NUMBER AND DOLLAR AMOUNT OF CHANGE ORDERS: 23; $1,199,509
ORIGINAL CONTRACT TIME (Substantial Completion): 720 Calendar Days
ACTUAL TIME TO COMPLETE (Substantial Completion): 810 Calendar Days
OTHER RELEVANT
RS S/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
Wharton -Smith, Inc. 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.
X
f1F aDavoll. President/CEOProposer's Signature
June 30, 2016
Date
(THIS FORM MUST BE COMPLETED IF APPLICABLE AND RETURNED WITH YOUR PROPOSAL)
RS S/snr/specs/s- 1/00310
Tt#200-52528-13003 00310-1 022614
SECTION 00410
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,
Wharton -Smith, Inc. as Principal, and Western Surety 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 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 Tune 20 16 .
The condition of the above obligation is such that whereas the Principal has submitted to City of
Cape Canaveral, Florida, a certain Bid, attached hereto and hereby made a part hereof, to enter
into a contract in writing, for the City of Cape Canaveral WWTP Improvements for Oxidation
Ditch Rehabilitation.
NOW THEREFORE,
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
Tt4200-52528-13003 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.
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.
9. This Bond is intended to conform to all applicable statutory requirements. Any
applicable requirement of any applicable statute that has been omitted from this
Bond shall be deemed to be included herein as if set forth at length. If any
provision of the Bond conflicts with any applicable provision of any applicable
statute, then the provision of said statute shall govern and the remainder of the
Bond that is not in conflict therewith shall continue in full force and effect.
10. The term 'bid" as used herein includes a bid, offer or proposal as applicable.
RSS/snr/specs/s-1/00410
Tt#200-52528-13003 00410-2 022614
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals,
and such of them as are corporations have caused their corporate seals to be hereto affixed and
these presents to be signed by their proper officers, the day and year first set forth above.
Principal (Print Full Name):
Title: Ronald F. JDavoli_, President/CEO
Attest: 'I"ILLt/x Corporate Secretary
Signature and Title Devon A. Lewis
Surety (Print Full Name):
April L. Lively, Attorney -in -Fact &
Title: Florida Licensed Resident Agent
Atter : WidZ�Ltness
`o Sig4 ure and Title
Inquiries. (407) 834-0022
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
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
J W Guignard, Bryce R Guignard, M Gary Francis, April L Lively, Paul J Ciambriello,
Jennifer L Hindley, Margie L Morris, Deborah Ann Murray, Christine A Morton,
Individually
of Longwood, FL, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instmments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be
hereto affixed on this 7th day of June, 2016.
x�a WESTERN SURETY COMPANY
«rop9tlgq�;`,
0
p4:'
"`w'—•'^°"APaul T. BruFlat, Vice President
State of South Dakota 1
i? ss
County of Minnehaha
On this 7th day of lune, 2016, before me personally came Paul T. Bmflat, to me known, who, being by me duly swom, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY 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 seal; that it was so affixed
pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges
same to be the act and deed of said corporation.
My commission expires
J. MOHR
xarnmwa (Q _
June 23, 202] "` E011M0^1Or" °
J. Mohr, Notary Public
CERTIFICATE
1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this 30th day of June, 2016.
fiya w'E: i"w
WESTERN SURETY COMPANY
L. Nelson, Assistant Secretary
Form F4280-701012
Authorizing By -Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By-law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize. The President, any Vice President Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
SECTION 00420
CORPORATE RESOLUTION
I, Devon A. Lewis
Secretary of
Wharton -Smith, Inc. , a corporation organized and existing under the laws of the
State of Florida hereby certify that at a meeting of the Board of Directors of the
Corporation duly called and held on 20 , 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 FF IGNATURE
Ronald F. Davoli President/CEO
Please see attached Corporate Resolution for list of remaining authorized signers.
IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary and affixed
the seal of the corporation this 30 /day of June 2016.
SECRETARY: A." /Y�� i - DATE: June 30, 2016
(Signature) Devon A. Lewis,
Corporate Secretary
END OF SECTION
RSS/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 to City of Cape Canaveral
(print name of the public entity)
whose business address is
by
Ronald F. Davoli, President/CEO
(print individual's name and title)
for Wharton -Smith, Inc.
(print name of entity submitting sworn statement)
750 Monroe Road, Sanford, FL 32771
and (if applicable) its Federal Employer Identification Number (FEIN) is 59-2392802
(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(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. I 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 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:
RS S/snr/specs/s-1 /00470
Tt#200-52528-13003 00470-1 021114
1. 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(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.)
X 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 1 (ONE) ABOVE IS
RS S/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, FLORID STATUTES FOR CATEGORY TWO OF
ANY CHANGE IN THE INFORMATION CON IN HIS FORM.
1\
Ro ald F. Davoli, (signature)
President/CEO
Sworn to and subscribed before me this
Personally known
OR Produced identification
X
(type of identification)
30 day of June 2016
Taira 1
Notary Public - State of L.
My commission expires October 24, 2018
DAM RRAGr
)t aNIE
P n v n ssioned
n ?s�otaWdItu 1@(' U UntlemA era
END OF SECTION
RSS/snr/specs/s-1/00470
Tt#200-52528-13003 00470-3 021114
SECTION 00480
NONCOLLUSION AFFIDAVIT
STATE OF Florida
COUNTY OF Seminole
Ronald F. Davoli , being first duly sworn deposes and says that:
He (it) is the President/CEO
Wharton -Smith, Inc.
of
the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
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.
By1` _j
Paldoli, President/CEO
Qa�
RS S/snr/specs/s- 1/00480
Tt#200-52528-13003 00480-1 021114
Swom and subscribed to before me this 30
State of Florida , County of Seminole
Notary Public
My Commission Expires: Oct o r 24, 2018
day of June , 2016 , in the
•',C�""�'�'
END OF SECTION
RS S/snr/specs/s-1 /00480
Tt#200-52528-13003 00480-2 021114
t-
Mn:
.a€
_,.y,•.
45154�;�,a
E,
ME]
2018m,h„� 9onCervnAers
RS S/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) Cost
CITY OF CAPE CANAVERAL
WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILITATION
A. 'Yrencj
�vC�► douocs ncml Elo pts
(Cost in Words)
TOTAL$ 5,000
FAILURE TO COMPLETE THE ABOVE SHALL RESULT IN THE BID BEING
DECLARED NON-RESPONSIVE
DATE: June 30, 2016
END OF SECTION
RS S/snr/specs/s-1 /00490
Tt#200-52528-13003 00490-1 021114
APPENDIX A TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION
SUPPLEMENTARY CONDITIONS
CERTIFICATION OF COMPLIANCE WITH THE FLORIDA DEPARTMENT OF
ENVIRONMENTAL PROTECTION SUPPLEMENTARY CONDITIONS
This certification relates to a construction contract proposed by City of Cape Canaveral
(insert the name of the Owner)
which expects to finance the proposed construction contract with assistance from the Florida Department of Environmental
Protection (which administers a State Revolving Fund loan program supported in part with funds directly made available by
grants from the United States Environmental Protection Agency). I am the undersigned prospective construction contractor
or subcontractor.
I certify that I have read the Florida Department of Environmental Supplementary Conditions and agree to incorporate the
following articles into the bid and/or contract:
ARTICLE 11 DEBARMENT AND SUSPENSION (EXECUTIVE ORDER 12549)
ARTICLE 12 EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246)
ARTICLE 13 IMMIGRATION REFORM AND CONTROL ACT OF (STATE OF FLORIDA EXECUTIVE ORDER
11-116)
ARTICLE 14 ENVIRONMENTAL COMPLIANCE
ARTICLE 15 FEDERAL LABOR STANDARDS PROVISION
ARTICLE 16 AMERICAN IRON AND STEEL PROVISION
I agree that I will obtain identical certifications from prospective lower -tier construction subcontractors prior to the award of
any lower -tier construction subcontracts with a price exceeding $$10,000. I also agree that I will retain such certifications in
my files.
g June 30, 2016
(Signature of Authorized Official) — (Date)
Ronald F. Davoli, President/CEO
(Name and Title of Authorized Official [Print or Type])
Wharton -Smith, Inc.
(Name of Prospective Construction Contractor or Subcontractor [Print or Type])
750 Monroe Road, Sanford, FL 32771, Phone: (407) 321-8410
(Address and Telephone Number of Prospective Construction Contractor or Subcontractor [Print or
Type])
59-2392802
(Employer Identification Number of Prospective Construction Contractor or Subcontractor)
FDEP-13
Revised July 2015
S111
yp SCE ahp.p
G.�oevCITY OF
CAPE CANAVERAL
ADDENDUM # 1
CITY OF CAPE CANAVERAL
BID #2016-03
CITY OF CAPE CANAVERAL WWTP IMPROVEMENTS FOR OXIDATION DITCH
REHABILITATION
June 14, 2016
All contents of this addendum shall be incorporated into the solicitation documents
and the ensuing contract with the awarded contractor.
• Questions will be accepted up to seven days prior to the bid opening The last day questions and RFI's
for this bid is lune 23 2016 No further questions or 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. GENERAL CLARIFICATIONS
3
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.haysePtetratech.com.
1. Is there a General Contingency Allowance?
Answer: No
Page 1 of 3
2. Please confirm if it will be acceptable for the top 3 bidders to submit 00301A-1- Subcontractor
Listed within 72 -hours after the bid due date.
Answer: No
3. Please confirm if it will be acceptable for the top 3 bidders to submit 00300-7 Schedule of
Manufacturers/Suppliers within 72 -hours after the bid due date.
Answer: No
4. What is the duration from Substantial Completion to Final Completion?
Answer: 30 calendar days.
5. Is the FDEP WBE of 6.9% a good faith effort?
Answer: The 6.9% WBE goal does not apply to this project as it is not a Federal Cap Grant
project. Bidders shall refer to Article 10, Paragraph 10.1 that states that MBE/WBE
goals are established at 5% MBE and 5% WBE each. Bidders are required to submit
e-mails, correspondence, etc. to show good faith effort with the bid.
6. Is the FDEP WBE of 6.9% only for WBEs or are MBEs acceptable as well?
Answer: The 6.9% WBE goal does not apply to this project as it is not a Federal Cap Grant
project. Bidders shall refer to Article 10, Paragraph 10.1 that states that 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 s 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 li 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/AnaerobicLst Anoxic Basins in its
entirety and REPLACE with attached Drawing D-102 - Yard Piping Plan Equalization/Anaerobic&t
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
Wharton -Smith, Inc.
[NESSP,
e 2016
SIGNATURE/DATE
Ronald F. Davoli, President/CEO
NAME & TITLE, TYPED OR PRINTED
750 Monroe Road
MAILING ADDRESS
Sanford, FL 32773
CITY, STATE, ZIP CODE
Page 3 of 3
'14 SCC Aq'O
CITY OF
a ` CAPE CANAVERAL
ADDENDUM # 2
CITY OF CAPE CANAVERAL
BID #2016-03
CITY OF CAPE CANAVERAL WWTP IMPROVEMENTS FOR OXIDATION DITCH
REHABILITATION
June 15, 2016
All contents of this addendum shall be incorporated into the solicitation documents
and the ensuing contract with the awarded contractor.
• Questions will be accepted up to seven days prior to the bid opening The last day questions and RFPs
for this bid is lune 23.2016 No further questions or RFI's will be accepted after that date
• Addendums may be issued up to 72 hours prior to the bid opening due time. Brief addenda may be issued
between 72 hours and 24 hours before Bid time by e-mail or facsimile. It is the responsibility of all potential
bidders to ensure they have received all addendums issued.
• All documents pertaining to this solicitation may be obtained free of charge on CD from the City of Cape
Canaveral, City Clerk's Office, 105 Polk Avenue, Cape Canaveral, FL 32920.
A. 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. l
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
Wharton -Smith, Inc.
B U7 SINESS
BJU7 3II; 2016
SIGNATURE/DATE
Ronald F. Davoli, PresidenVCEO
NAME & TITLE, TYPED OR PRINTED
750 Monroe Road
MAILING ADDRESS
Sanford, FL 32771
CITY, STATE, ZIP CODE
Page 2 of 2
ITY OF
APE --CANAVERAL
ADDENDUM # 3
CITY OF CAPE CANAVERAL
BID #2016-03
CITY OF CAPE CANAVERAL WWTP IMPROVEMENTS FOR OXIDATION DITCH
REHABILITATION
June 24, 2016
All contents of this addendum shall be incorporated into the solicitation documents
and the ensuing contract with the awarded contractor.
• Questions will be accepted up to seven days prior to the bid opening The last day questions and RFI's
for this bid was 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. QUESTIONS RECEIVED DURING BIDDING
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 Linder 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:
rIT)
IIT- 11 � A_ _ ..iC.,.aiEC
.es vv
2 DETAIL
Page I of 5
3. If you refer to specification section 11376 2.02 B6, O -Rings Between Discs and Retainer Rings.
1 would like to request to change those specifications to Aquarius'.
Answer: Manufacturers and Suppliers seeking to submit alternates or a request for
equivalency on any material listed within this project shall not do so during the
solicitation process. Alternate submittals can be submitted to a potential bidder. If
Bidder so chooses, the alternate submittal can be listed in Section 00300 - Bid Form
(Substitution List of Manufacturers/Suppliers located on Page 00300-9) within their
submittal and the alternate or request will be reviewed by the City of Cape Canaveral
and the Engineer after an award has been made, only if it has been submitted by the
awarded Bidder.
4. In 2.02 Bl, "drop pipes shall be a minimum of schedule 10 or 12 gauge." In the design our drop
pipe diameter is 6". Thus, for 12GA a Schedule 5S 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
M] 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 ft 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 2.02.13.1. 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 2.02.13 in its entirety and
REPLACE with the following Paragraph 2.02.13.
"13. Stainless steel pipe and fittings 6 -inches in size and larger shall be Schedule SS or 12 gauge.
Stainless steel pipe and fittings smaller than 6 inches in size shall be Schedule 10S or 10
gauge."
C. DRAWING CHANGES:
1. Drawing D-102 - Yard Pigg Plan Equalization/Anaerobic 13, Anoxic Basins: DELETE Drawing D-
102 in its entirety and REPLACE with attached Drawing D-102.
BID DATE REMAINS DUNE 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
Wharton -Smith, Inc.
U SS
B . _2UT6
SIGNATURE/DATE
Ronald F. Davoli, PresidentICEO
NAME & TITLE, TYPED OR PRINTED
750 Monroe Road
MAILING ADDRESS
Sanford, FL 32771
CITY, STATE, ZIP CODE
Page 5 of 5
Licenses
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
CGC15112G3
The GENERAL CONTRACTOR
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS.
Expiration date: AUG 31, 2016
SMITH, TIMOTHY SCOT
❑� ❑�
WHARTON-SMITH INC
PO BOX 471028 —
LAKE MONROE FL 32747
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
CGC032669
The GENERAL CONTRACTOR
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS.
Expiration date: AUG 31, 2016
SMITH, GEORGE E
WHARTON-SMITH INC
750 MONROE ROAD
SANFORD FL 32771
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
CUC056506
The UNDERGROUND UTILITY & EXCAVATION CO
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS - -
Expiration date: AUG 31, 2016
DAVOLI, RONALD FRANK ~
WHARTON-SMITH INC
750 COUNTY RD 15'
PO BOX 471028'
LAKE MONROE FL 32747-1028
Licenses
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
The POLLUTANT POLL T
UTANT STORAGE SYSTEMS CONTRACTOR
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS.
Expiration date: AUG 31, 2016
SMITH, GEORGE E
WHARTON-SMITH INC
750 MONROE ROAD AN SANFORD FL 32771
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
I he PULLU IAN T STORAGE SYSTEMS
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS.
Expiration date: AUG 31, 2016
SMITH, TIMOTHY SCOT
WHARTON-SMITH, INC
750 MONROE ROAD
SANFORD FL 32771
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION -d
CONSTRUCTION INDUSTRY LICENSING BOARD,
CFC1127566
The PLUMBING CONTRACTOR
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS. `—
Expiration date: AUG 31, 2016
SMITH, TIMOTHY SCOT
i
WHARTON-SMITH INC
750 MONROE ROAD
SANFORD FL 32771
Licenses
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
CMC782
The MECHANICAL CONTRACTOR
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS. .-.—
Expiration date: AUG 31, 2016
HEWITT, PATRICK JOHN �0�,} 0
WHARTON-SMITH INC{ +P
2606 CHIPPEWA TRAIL —++.�
MAITLAND FL 32751
a��F A
State of Florida
Board of Professional Engineers
Attests that
Wharton -Smith, Inca F B PE
is authorized under the provisions of Section 471.023, Florida Stotut to offer engineering services
to the public through a Professional Engineer, duly licensed under Chapter 471, Florida Statutes.
Expiration: 2/28/2017 r,r 01.1'..,, 1. CA Lie. No:
Audit No: 228201702734 ��UD WE ~ 1813
E ��r SEMINOLE COUNTY BUSINESS TAX RECEIPT
it RAY VAI.DES. SEMINOLE C6UN,ry-rAX COI.I.FCTOR
PO Box 630 • Sanford. FI, 32772-0630 • Telephone: 407-665-11100
ww M.scminolclax.org
VALID THROUGH 09/30/16
WHARTON-SMITH INC
750 MONROE RD Account #:022717
SANFORD, FL 32771
GEORGE E SMITH (OFFICER)
TIMOTHY SMITH (OFFICER)
REGULATED
License N - CCC1511243
Qualifier- TIMOTHY S SMITH
Licenses
State of Florida
Department of 'State
1 certify from the records of this office that WHAIMN-SMITH, INC. is a
corporation organized under the laws of the State of Florida, filed on April 3,
1984, effective April 2, 1984.
The document number of this corporation is G94383.
I further certify that said corporation has paid all fees due this office through
December 31, 2016, that its most recent annual report/uniform business report
was filed on January 6, 2016, and that its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
Girea ender tnv hand and the
Great Seat of the State of Florida
at Tallahaysee, the Capital, this
the Sixth day ofJmraaty, ?016
Secretary of State
Tracking Number: CC459SS15934
To authenticate this eertilkate,visit the rollowing siteenter this number, and then
Follow the instructions displayed.
https:llsersices.sunMzorg/1+clings/C ertificattOtStatus/C ertifW teAuthatticati on
License
ne M. 3—
LanSo-utmL Tar Calll
3e 'P9m awa,9,=r,
Po"
oeo,aasa
West P.Hm Bem1. Fl. 33WD313
Account Information
hl. GA6Nos
®
Y%NNc
lltYrN1,1L raa <Y,LLtlaa
.rc 4r Yels h.d buryServiril
Tas Type
Etatus
License
ne M. 3—
LanSo-utmL Tar Calll
3e 'P9m awa,9,=r,
Po"
oeo,aasa
West P.Hm Bem1. Fl. 33WD313
Account Information
Lie Fee
$26.25
LBTR Number
Tas Type
Etatus
201364913
Business Tax
Active
Mailing Address:
Location Address:
$.00
SMITH TIMOTHY SCOT
125 W INDIANTOWN RD 201
PO BOX 471028
JUPITER, FL 33458
SANFORD , FL 32771
Business Detail
Business Name: WHARTON SMITH INC
.Tax Year:
2016
Trade Name; WHARTON SMITH INC
';License Number:
2013649.13
Phone Number: 407-321-8410
(Lie. Status:
Active
New Business: 09/30/2013
Certificate:
CGC1511243
Business Type: GENERAL CONTRACTOR (23-0051) _Cert, Issued:
07/10/2015
Number of Units: 20
jNAICS:
23-0051
Memo:
REQUIRED: SUBMIT CURRENT VALID COPY OF CILB OR DBPR STATE CERTIFICATION, LICENSE, OR
EXEMPTION FOR RENEWAL
Tax Information
Bill Number Due Date Bill Year Tax Penalty/Fee Interest Total Due
840177641 9/30/2015 2016 $0.00 $0.00 $0.00 $0.00
Total Due: $0.00 $0.00 50.00 $0.00
Tax Payment
Bill Year Bill Number Receipt Number Amount Paid Last Paid Paid By
2016 840177641 815.842059 $27.50 7/9/2015 Judy Peterson
2015-2016 MARTIN COUNTY ORIGINAL
BUSINESS TAX RECEIPT
Honorable Ruth PietruszaWakl CFC, Tax Collector
3485 S.E. Willoughby Blvd., Stuart, FL 34994
(772) 286-5604
Prev Yr $.00
Lie Fee
$26.25
$.00
Penalty
S.00
$.00
Coll -Fee
$.00
$.00
Transfer
$.00
Account 2002-612-0002 Can CG.CD32659
Phone (407)321-8410 Sic No 23721
Location 3547 SW CORPORATE PARKWAY PC
TOTAL $26.25
Has satisified requirements to engage in the business, profession
croccupatienof GENERAL CONTRACTOR
at location listed for the period beginning on the
02 Day of NOVEMBER
AND ENDING SEPTEMBER 30 2016 912014 05545.0001 PAID
SMITH, GEORGE E (QUALIFIER)
WHARTON-SMITH INC
SMITH, GEORGE
PO BOX 471028
LAKE MONROE, FL 32747
r6s��,
License
BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT
115 S. Andrews Ave., Rm. A-100. Ft. Lauderdale, FL 33301-1895 — 954831-0000
VALID OCTOBER 1,2015 THROUGH SEPTEMBER 30,2016
DBA:WHARTON SMITH INC Rss Type:"GENERAL CONTRACTOR (GENERAL
Business Name: Business Type: CONTRACTOR)
Owner Name: TIMOTHY GcoT ctsma Business Opened:12/17/2002
Business Location: 750 COUNTY RD 15 StatelCounty(CerUReg:COC1511243
OUT OF COUNTY Exemption Code:
Business Phone: 407-321-9410
Rooms Seats Employees Machines professionals
25
Far Vw ng BarhMaa cab
RUlllaef of MaC11UMe: VnnaNn
TaAmount TMM:MFee
NSF Fee
Penalty
prior year,
Cdleac, Cosi Total Paid
8160 9.I0
0.00
0.00
0.00
0.00 98.01
THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS
THIS BECOMES A TAX RECEIPT This tax is levied for the privilege of doing business within Droward County and is
nm -regulatory in nature. You must meet all County andfor Mundppality planning
WHEN VALIDATED and inning requirements. This Business Tax Receipt must be transferred when
the business is sold, business name has changed or you have moved the
business location. This receipt does not indicate that the busness is legal or that
it is in compliance wide State or local laws and regulations.
Mailing Address:
TIMOTHY SCOT SMITH
PO Box 47102B
LAKE MONROE, PI, 32747
Receipt #OIC -14-00002965
Paid 09/02/2015 99.01
MONROE COUNTY BUSINESS TAX RECEIPT
P.O, Box 1129, Key West, FL 33041.1129
Employees 10
STATE LICENSE: CGCO32669 & (
Tax Amount I
Tr,n;rer Fee I
EXPIRES SEPTEMBER 30, 2016
Susinrsa Name:
WHARTON SMITH INC RECEIPT* 30140-104363
Prior Years
ICcilecticn Cost
RubmeSS Lacatian:
MOM
Omer Name:
RONALD F OAVOLI
25,001
KEY WEST, FL 33040
Mading Address:
1
Business Mona:
407-321-8410
I25.00
PO PAX 471028
Business Type:
CONTRACTOR (GENERAL CONTRACTOR &
LAKE MONROE, rL
32747
PLUMBING (CFC1427566)
Employees 10
STATE LICENSE: CGCO32669 & (
Tax Amount I
Tr,n;rer Fee I
Sub -Tota:
Penalty
Prior Years
ICcilecticn Cost
ITotal Pad
25.00 1
0.001
25,001
COO
1
0,001
0.00
I25.00
Paid 000-14-00016959 08/18/2015 25.00
Wharton -Smith, Inc.
CONSTRUCTION GROUP
CORPORATE RESOLUTION
I, the undersigned Secretary of Wharton Smith, Inc., a corporation organized and existing
under the laws of the State of Florida, do hereby certify that a meeting of the Board of
Directors of said corporation, duly held on March 30th, 2015 a quorum being present, the
following resolution was adopted and entered upon the regular minute book of said
corporation, is in accordance with the by-laws and is now in full force and effect to -wit:
The current list of qualifiers to act for the business organization in all matters
connected with its contracting business has now been amended to read:
Ronald F. Davoli
George E. Smith
David V. Hayes
Timothy S. Smith
Devon A. Lewis
Patrick J. Hewitt
Kenneth E. Marcell III
Cecil D. Harris
Darin A. Crafton
Todd H. O'Donnell
Gregory L.Williams
I HEREBY certify that the foregoing is a true and exact copy of the resolution adopted by
the Board of Directors of this Corporation, and that such resolution has not been
amended, modified, or revoked and is still in force and effect.
Signed and sealed this 12th day of June, 2015.
(Seal of Corporation)
tqa� nuqg' , (1
APORjj• i .
`•�p
.0% Devon A. Lewis, Secretary
`3. SEAL .
George i- �;r'fi i t r, Director William R. on, Director Ronald F. Davoli, Director
#' V
References
Wharton -Smith, Inc.
CONSTRUCTION GROUP
Seminole County
Toho Water Authority
Jim Monahan
P:
(407) 665-2021
Deborah Beatty
P: (407) 944-5023
500W. Lake Mary Blvd
F:
(407) 665-2029
951 Martin Luther King Blvd
F: (407) 3434264
Sanford, FL32773
E:
jmonahan02@seminolecountyfl.gov
Kissimmee, FL 34741
E: dbeatty@tohowater.com
City of Sanford
Orange County Utilities
Chris Smith
P:
(407) 688-5144
lames Montalvo
P: (407) 254-9900
300 North Park Avenue
F:
(407) 688-5141
9150 Curry Ford Road
F: (407) 254-9999
Sanford, FL 32772
E:
smithc@sanfordfl.gov
Orlando, FL 32825
E: james.montalvo@ocfl.net
City of Orlando
City of St Cloud
Ron Proulx
P:
(407) 246-3193
Chris Fasnacht
P: (407) 709-8839
400 S. Orange Ave
F:
(407) 246-2892
1300 Ninth Street
F: (407) 892-3372
Orlando, FL 32802
E:
ron.proulx@cityoforlando.net
St. Cloud, FL 34769
E: cfasnacht@stcloud.org
Lee County
City of Altamonte Springs
Tom Mamott
P:
(239) 533-8576
Karen McCullen
P: (407) 571-8335
1500 Monroe Street 3rd Floor
F:
(239) 826-7670
225 Newburyport Ave
F: (407) 571-8156
Fort Myers, FL 33901
E:
tmamott@leegov.com
Altamonte Springs, FL 32701
E: kmccullen@altamonte.org
Polk County
City of Oviedo
Mark Addison
P:
(863) 2984246
Joe Grusauskas
P: (407) 971-5648
2470 Clower Lane
F:
(863) 534-0055
400 Alexandria Blvd
F: (407) 971-5803
Bartow, FL 33831
E:
markaddison@polk-county.net
Oviedo, FL 32765
E: jgrusauskas@cityofoviedo.net
City of Tarpon Springs
Tampa Bay Water
Bob Robertson
P:
(727) 942-5610
Rick Menzies
P: (727) 796-2355
324 E. Pine Street
F:
(727) 937-1766
2575 Enterprise Rd
F: (727) 791-2388
Tarpon Springs, FL 34689
E:
rrobertson@ctsfl.us
Clearwater, FL 33763
E: rmenzies@tampabaywater.org
Hillsborough County
City of Tampa
George Cassady
P:
(813) 272-5977 ext 43307
Rick Morris
P: (813) 630-3912
925 E. Twiggs Street
F:
(813) 272-6224
3808 E. 26th Ave
F: (813) 635-3480
Tampa, FL 33602
E:
cassadyg@hillsboroughcounty.org
Tampa, FL 33605
E: rick.morris@ci.tampa.fLus
City of St. Petersburg
Martin County Utilities, Solid
Waste Department
Steve Leavitt
P:
(727) 892-5600
Ted Robbins
P: (772) 223-7943
1650 Third Ave North
F:
(727) 892-5476
2378 SE Ocean Blvd
F: (772) 221-1447
St. Petersburg, FL 33713
E:
steve.leavitt@stpete.org
Stuart, FL 34995
E: trobbins@martin.fl.us
City of Boca Raton
Talia Garcia
1401 Glades Road
Boca Raton, FL 33431
P: (561)338-7307
F: (561) 447-7416
E: tgarcia@myboca.us
City of Boca Raton
Justin Barrington
1401 Glades Road
Boca Raton, FL 33431
750 Monroe Road • Sanford, Florida 32771 • (407) 321-8410 • Fax: (407) 330-1092
CGCO32669 • KC048385 • CUC056506
P: (561) 338-7382
F: (561) 447-7416
E: jbarrington@myboca.us
Florida Keys Aqueduct Authority
Donald R. Hubbs P: (305)295-2142
1100 Kennedy Drive F: (305) 295-2188
Key West, FL 33041 E: dhubbs@fkaa.com
Wharton -Smith, Inc.
CONSTRUCTION GROUP
References
Okeechobee Utility Authority
John Hayford
100 S.W. 5th Avenue
Okeechobee, FL 34974
P: (863) 763-9460
F: (863) 763-3746
E: jhayford@ouafl.com
City of Sunrise Key Largo Wastewater, Treatment District
Alan Gavazzi P: (954) 888-6037 Chuck Adams P: (305) 451-4019
7775awgrass Corporate Pkwy F: (954) 572-2494 P.O. Box 491 F: (305) 453-5807
Sunrise, FL33325 E: agavazzi@sunrisefl.com Key Largo, FL 33037 E: chuck.adams@klwtd.com
750 Monroe Road • Sanford, Florida 32771. (407) 321-8410 • Fax: (407) 330-1092
CGC032669 - PCC048385 • CUM56506
Company Owned Equipment List
CAT420 EIT Backhoe KMW 01380
CAT 420E IT Backhoe KMW 01679
CAT 420D Backhoe Ext FPD 02176
CAT 420D -IT Backhoe BLN 05082
CAT 420E IT Backhoe KMW 01408
CAT 420D Backhoe Ext FDP 14972
CAT 420D Backhoe FDP 13024
CAT 420D -IT Backhoe BLN 12036
CAT 420D -IT Backhoe Ext BLN 12067
CAT 420D -IT Backhoe Ext OBLN 12972
CAT 420E -IT Backhoe PHC00841
Case 580M Backhoe 2wd 2005 N5C390925 BH -2
Case 580M Backhoe 4wd 2006 N6402102 BH -3
John Deere 31OG 2005 T0310GX946737 w/Hammer
CAT 320LTrackhoe PAB 07572
Case mini 2004 IC CX47 DFE000268MXME4
Excavator, Kobelco 2000/ sk330c/YC06-U0264
Excavator, Kobelco 2001/ sk330c/YC06-U0455
CAT 315CL Excavator FT 01100
CAT 320CL Excavator OPAB 04466
CAT 304CCR Excavator FPK00472
Cat 320DLRR Excavator XCK00248
Cat 320DLRR Excavator XCK00250
Komatsu PC120-6 Excavator 1997 57516 E-2
Komatsu PC138USLC-2 Excavator 2007 2229 E-3
Komatsu PC78US-6 Excavator 2006 9319 E-7
Komatsu PC228USLC-3 Excavator 200740632 E-9
Komatsu PC228USLC-3 Excavator 2007 40396 E-10
Komatsu PC300LC-7EO Excavator 2007 A88715 E-78
Case CX80 Excavator 2005 DAC881161 CX80
CAT 304CCR Excavator 2007 FPK03333 E-8
Ditch Witch 7610 Trencher T-1
CAT TH360 Mat. Handler SLE 04746
CAT TH360 Mat. Handler SLE 04747
CAT TH360 Mat. Handler SLE 05400
CAT TL642 Mat. Handler TBK 00809
JLG 8042 Skytrack Material Handler sn=160010460
JLG 8042 Skytrack Material Handler 2008 Serial 0160037030
Air Comp. Mod 185CA-S/N If 200707050029
Air Comp. Mod. 185CA-S/N # 200707050052
CFM 185 Air Compressor 139835
Air compressor Atlascopco/xas96jd/611284
Air compressor, Atlascopco/xas96jd/611959
CFM 200 D21006JD
Air Comp. Mod D-185 Sullivan 5/N 16433A
Sullair AC Mod 185DPQJP Ser.004149046
Total Approximate Value: $2,297,400.00
Wharton -Smith, Inc.
CONSTRUCTLON GROUP
Welder Miller Big 40 kh486545
Welder Miller Big 50 kk019753
Welder Miller Big 40 kf992212
Coleman GenPak Generator C14L17GP Serial- 7983054
Crane, Manitowoc 2900 (Truck 70-d)/29331
Massy Ferg Fork lift
Linde Fork Lift
CAT 928G Loader DJD 02879
Komatsu WA200PZ-6 Loader 2009 70752 L-2
GENIETZ50
1D CT322 Track Skid Steer sn=TD322TA127574
Cat 289C Compact Track Loader JMP00968
Bobcat T300 Track Loader 2003 521911778 BC -1
Komatsu CK35-1 Track Loader 2008 TL -1
Wacker Light Tower Model # LTC4L Serial # 5753512
Grout Pump
PC228 Vib Compactor 12EGO6686
PC228 Vib Compactor
JD XUV 620i 2007 MOHXOPA041950- Prod ID MOXUVGT020478
JD Gator 5X4TH 2008 WO6X4HD08664
Kawasaki Mule 610 20071K1AFEC127B505230
JDGator6x4 W06X4D008667
Kawasaki Mule 610 2005JKlAFEB155B01607 Red
1D Gator 6201 2007 Model-XUV050107 Serial-MOHXOPA028047
(continued) HPX OPS - Prod ID MOXUVGT011174
Terranite TSS36 Ride On Sweeper
Cat Generator for LM office
2007 GMC PU Gray 69436
2007 Isuzu HD Crew 17113
2008 Chevy Silverado Ext Cab White 155835
2009 Chevy Silverado White 124575
2011 Ford F3SO Ext. Cab
2010 Ford F150 Reg Cab
2008 Impala Blue
Dodge 3500 flatbed
Int'I Flat Bed Truck
Dump Truck, Ford 1995/F800/1fdnf80c2sva31555
Steel Flat Bed Trailer
White Enclosed Trailer
Wood Flatbed Trailer
Econoline 16 Ton Trailer
Equip. Manager Misc. (Code 4001)
La. Mechanic Expendable's
2005 F550 Service truck
Miscellaneous Tools
Wharton -Smith, Inc, will lease or rent as needed and/or required by the specific project requirements. In order to expedite repair and
maintain equipment, Wharton -Smith, Inc. will utilize an equipment manufacturer within a 50 mile radius of the jobsite to ensure
minimum delay.
zru
Project Descriptions for
Section 00303
Similar Experience
Wharton -Smith, Inc.
CONSTRUCTION GROUP
Description: Cocoa Beach WRF Upgrades & Process Conversion City of Cocoa Beach FL
Wharton -Smith was the General Contractor for the Cocoa Beach WRF Upgrades & Process Conversion. The scope
of work included: Mix of rehab and new. Rehabilitated two existing aeration tanks from activated sludge process to
I Kruger Hybas process. Hybas tanks contained six total mixers, six recirculation pumps and twelve aeration zones.
Rehabilitated two headworks to add new grit separation systems. Added a building for each aeration tank
containing grit equipment and new chemical feeds (Micro -C and alum). Rehabilitated two digesters to add access
platform to hold existing rotary drum thickeners and new aerator mixers. Also added new PD blower to feed air to
digesters. Rehabilitated two clarifiers, by painting existing mechanisms, adding a walkway around the exterior,
launderer covers and replacing one drive unit. Rehabilitated transfer pump station to increase size of the flume
from CCT and five new pumps. Two submersible to the golf course and three vertical turbine to the ground storage
tanks. Added parapet walls to the four ground storage tanks to catch and reuse rainwater. Added new roof and
stucco to existing generator/power distribution building. Demolished existing windrow building and constructed
new metal buifding over press equipment on one end. Added a greenhouse on the other end of the windrow
building slab. Rehabilitated existing off-site lift station with new roof, stucco, pumps, piping, wet well liner, power
service and distribution, control panel and paint. Rehabilitated existing on site pump station with new roof, stucco,
piping, wet well liner, power service and distribution, control panel and paint. Replaced three new high service
pumps and four high service pump check valves. Replaced three existing sodium hypochlorite feed skids. Added
new blower/electrical distribution building. Building contained three new turbo blowers and fed new SS air piping
to the to hybas tanks and anoxic tank. Added new anoxic tank containing four anoxic zones with mixers and a
reaeration zone with diffusers. Tank also contained two rotoshears with a compactor and five transfer pumps.
Added new aluminum walkways throughout the site between tanks and control room. Replaced existing control
system and panels with new SCADA system.
Description: St. Lucie West W WTP Expansion St. Lucie West Services District
Installation of new headworks including mechanical screen with washer/compactor and a grit removal system
along with the relocation and modification of the existing odor control unit; installation of two common -wall
oxidation ditches with surface aeration & submersible mixers in an anoxic zone; Modification of two existing
clarifiers to replace peripheral fed units; new tertiary filter system utilizing cloth media disks in existing concrete
tank; modification to existing digesters; screw press based sludge dewatering system; synthetic pond liner;
electrical; I&C, misc piping.
Description: Manatee SEWRF Sludge Holding Tank Improvements Manatee County, FL
The Work consists of furnishing all labor, materials, and equipment necessary to provide the improvements to the
sludge holding tanks at the Manatee County Southeast Water Reclamation Facility as required by the technical
specifications and drawings. Sludge holding tank improvements consists of the following: installation of a gravity
belt thickener and discharge pump, complete with associated yard piping, electrical, instrumentation, and controls;
installation of a sludge transfer pump, complete with associated yard piping, electrical, instrumentation and
controls; installation of a dual polymer feed system, complete with associated yard piping, electrical
instrumentation and controls; construction of an open sided structure over the gravity belt thickener; including
foundation, electrical and grounding; draining, removing, and disposal of the grit material in two sludge holding
tanks; removal and replacement of the diffusers inside two (2) sludge holding tanks and any additional
requirements covered in the contract documents. Add strap on flow meter to new process piping. Site area — Small
underground piping for water supply to GBT Demolition — staged, total, yds. /tons grit removal, etc. Undetermined
quantity of grit. 6" header completely full. One sludge holding tank at a time. Vac truck in two mobilizations.
Considered CO work. Buildings/pre-engineered bldgs constructed (SF/height) —Yes, open side building (690 SF,
750 Monroe Road, Sanford, FL 32771 1 Phone: (407) 321-8410 1 Fax: (407) 330-1092
Mailing Address: P.O. Box 471028, Lake Monroe, FL 32747-1028
FL- CG C032669 I AL- 456841 LA - 52227 1 MS-18232MC I GA - GCCO 001333 1 NC- 387551 SC -G97817 I TN - 62419 1 VA - 2705121584A
Wharton -Smith, Inc.
CONSTRUCTION GROUP
tallest point 14'-10") Major underground piping details / tie ins - 2" tie in, into existing 8" reclaimed water line
Concrete total yards - Rebar tonnage - 29 CY - 2 TONS Pumps installed by type/GPM/HP/VFD — Progressing Cavity
Pumps / 10 HP / Yes. Two pumps installed. Equipment installed from bar screens to presses and everything in
between + WTP equipment (sizes/capacity) —2.0 m Gravity Belt Thickener I&C description (PLC/10 data/operating
software/HMI/ integrated into existing controls) — Added screen for new GBT and pumps, HMI, all integrated into
existing controls - Electrical descriptions — duct banks / MCC & gear data/ service size — Furnished and installed two
Square D VFD for 10 HP progressing cavity pumps, duct backs from MCC room to pumps and GBT Startup details /
staging - Completed start up with Ashbrook Alfa Laval, Carl Eric Johnson and UGSI
Description: Manatee SEWRF 10 MG Storage Tank and Interconnect Manatee County, FL
The 10MG storage tank and interconnection improvements consists of the following: Convert the existing High
Service Effluent Pump Station to the Low Service Pump Station, Remove and replace the existing high service
pumps and VFDs, Construct a new High Service Pump Station for the proposed 10 MG Ground Storage,
Tank,complete with turbine pumps, VFD, intake pipe, discharge pipe, and flow meter., Construction of low service
and high service reclaimed water pipelines, Relocation of Storage Pond Return Reclaimed Water Pipeline.,
Construct a 10 MG Storage Tank with inner diameter of 200 feet and a side wall height of 42.5 feet, Construct
Overflow, Effluent, and Interconnection Pipelines, Provide and install electric power, instrumentation and SCADA
equipment, cables,control, panels,etc., for the operation, control and monitoring of the proposed pumping
stations, storage tank, flow meters, and any additional requirements covered in the speciifcations and drawings.
Description: S. Bermuda Diffuser Replacement, Toho Water Authority FL
Replacement of the AOAO Process Tank aerostrip diffusers. Demolition of existing Aerostrip flat panel diffusers
and ancillary items including but not limited to distribution piping, air tubing and supports.
Description: Cudioe Key Advanced Water Reclamation Facility FKAA FL
Construction of new offsite influent 16" HDPE force main and 6" HDPE water transmission main to the site. Initial
site preparation including removal of the existing landfill liner, tire chips and ash. Construction of new offsite duct
bank for underground electric and fiber optic to the site. Construction of a new 0.94MGD advanced water
reclamation facility, The new WWTP includes the fallowing: an operations building which will house the
administrative and personnel areas, SCADA process control room, electrical room, laboratory, offices, bathrooms,
storage garage, and chemical feed & storage; influent screening facilities; two flow equalization basins; two 5 -stage
biological nutrient removal treatment trains each including anaerobic, 1st anoxic, aeration, 2nd anoxic and
reaeration basins; two secondary clarifiers; two cloth disk tertiary filters; chlorine contact basin including two
serpentine channels and plant effluent reuse pumping facilities; RAS and WAS pumping stations; methanol storage
facility; four shallow injection wells; standby generator power; blowers; centrifuge; air piping; and sitework
including paving.
750 Monroe Road, Sanford, FL 32771 1 Phone: (407) 321-8410 1 Fax: (407) 330-1092
Mailing Address: P.O. Box 471028, Lake Monroe, FL 32747-1028
FL - CG C032669 I AL -456841 LA- 522271 MS-18232MC I GA -GCCO 001333 1 NC - 38755 1 SC -G97827 I TN - 624191 VA - 2705121594A
Wharton -Smith, Inc.
CONSTRUCTION GROUP
Wharton -Smith, Inc. and Subsidiaries
Consolidated Financial Statements
(and supplementary information)
Years Ended March 31, 2016 and 2015
The report accompanying these financial statements was issued by BDO USA,
LLP, a Delaware limited liability partnership and the U.S. member of JIDO
International Limited, a UK company limited by guarantee.
Wharton -Smith, Inc. and Subsidiaries
Consolidated Financial Statements (and supplementary information)
Years Ended March 31, 2016 and 2015
Wharton -Smith, Inc. and Subsidiaries
Contents
Independent Auditor's Report
Consolidated Financial Statements
Consolidated Balance Sheets
Consolidated Statements of Comprehensive Income
3-4
6-7
Tok: 407-841-6930 201 Souh
range
I BDO Fax: 407-841-6347
0 -841. 347 Orlando, FL0 N801Ave., Suite 800
Independent Auditor's Report
Board of Directors
Wharton -Smith, Inc. and Subsidiaries
Sanford, Florida
We have audited the accompanying consolidated financial statements of Wharton -Smith, Inc. and
subsidiaries, which comprise the consolidated balance sheet as of March 31, 2016, and the related
consolidated statements of comprehensive income, changes in stockholders' equity, and cash flows
for the year then ended, and the related notes to the consolidated financial statements.
Management's Responsibility for the Financial Statements
Management is responsible for the preparation and fair presentation of these consolidated 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 consolidated financial statements that are free from
material misstatement, whether due to fraud or error.
Auditor's Responsibility
Our responsibility is to express an opinion on these consolidated financial statements based on our
audit. We conducted our audit in accordance with auditing standards generally accepted in the
United States of America. Those standards require that we plan and perform the audit to obtain
reasonable assurance about whether the consolidated financial statements are free from material
misstatement.
An audit involves performing procedures to obtain audit evidence about the amounts and disclosures
in the consolidated financial statements. The procedures selected depend on the auditor's
judgment, including the assessment of the risks of material misstatement of the consolidated
financial statements, whether due to fraud or error. In making those risk assessments, the auditor
considers internal control relevant to the entity's preparation and fair presentation of the
consolidated financial statements in order to design audit procedures that are appropriate in the
circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity's
internal control. Accordingly, we express no such opinion. An audit also includes evaluating the
appropriateness of accounting policies used and the reasonableness of significant accounting
estimates made by management, as well as evaluating the overall presentation of the consolidated
financial statements.
We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis
for our audit opinion.
Opinion
In our opinion, the consolidated financial statements referred to above present fairly, in all material
respects, the financial position of Wharton -Smith, Inc. and subsidiaries as of March 31, 2016 and the
results of their operations and their cash flows for the year then ended in accordance with
accounting principles generally accepted in the United States of America.
Six USA, LLP, a Delaware thinned liability partnership, is the U.S. member of Six International Limited, a UN company limited by guarantee, and forms part of the
international IM network of independent member firms.
BDO Is the brand name for the BDO network and for each of the No member Firms.
3
201
range
ISO www.bdo.com 340 Orlandot FOL 32801 Ave., Suite 800
Other Matter - Supplementary Information
Our audit was conducted for the purpose of forming an opinion on the consolidated financial
statements as a whole. The consolidating information and supplementary schedules on pages 26-35
are presented for purposes of additional analysis and are not a required part of the consolidated
financial statements. Such information is the responsibility of management and was derived from
and relates directly to the underlying accounting and other records used to prepare the consolidated
financial statements. The consolidating information and supplementary information have been
subjected to the auditing procedures applied in the audit of the consolidated financial statements
and certain additional procedures, including comparing and reconciling such information directly to
the underlying accounting and other records used to prepare the consolidated financial statements
or to the consolidated financial statements themselves, and other additional procedures in
accordance with auditing standards generally accepted in the United States of America. In our
opinion, the consolidating information and supplementary information are fairly stated in all
material respects in relation to the consolidated financial statements as a whole.
Other Matter - 2015 Financial Statements
The 2015 financial statements of Wharton -Smith, Inc. and Subsidiaries were audited by Cross,
Fernandez a Riley, LLP, whose directors and professional staff joined BDO USA, LLP as of August 1,
2015, and has subsequently ceased operations. Cross, Fernandez a Riley, LLP's report dated June 4,
2015 expressed an unmodified opinion on those statements.
wo "UajJ4 , L[ P
BDO USA, LLP
June 8, 2016
BOO USA, LLP, a Delaware limited (lability partnership, is the U.S. member of BDO Intemational Limited, a UK company limited by gwrantee, and forms part of the
Intematlonal BDO network of independent member firms.
BDO Is the brand name for the BDO network and for each of the BDO Member Firms.
4
Consolidated Financial Statements
Wharton -Smith, Inc. and Subsidiaries
Consolidated Balance Sheets
March 31,
2016
2015
Assets
Current assets:
Cash and cash equivalents
Marketable securities
Contracts receivable
$ 15,254,270
13,917,049
46,358,467
$ 6,115,205
14,069,864
42,124,107
Accounts receivable- other
Costs and estimated earnings in excess of billings on
184,500
267,715
uncompleted contracts
Prepaid expenses and other current assets
2,327,641
74,460
1,957,213
121,106
Refundable and prepaid income taxes
316,453
281,038
Deferred tax asset
217,239
-
Total current assets
78,650,079
64,936,248
Property and equipment, net
3,239,765
3 079 170
Other assets:
Cash surrender value of life insurance policies
208,531
201,651
Deferred compensation plan investments -life insurance
4,649,775
4,973,735
Goodwill
3,115,203
3,115,203
Deferred tax asset
997,653
1,310,629
Security deposits and other
93,621
82,994
Total other assets
9,064,783
9,684,212
$ 90,954,627
$ 77,699,630
See accompanying independent auditor's report and notes to consolidated financial statements
Wharton -Smith, Inc, and Subsidiaries
Consolidated Balance Sheets
March 31, 2016 2015
Liabilities and Stockholders' Equity
Current liabilities:
Line of credit $ 6,800,000 $ 6,800,000
Accounts payable, including retainage of $9,406,006 and
$8,082,208, respectively 34,177,844 27,726,001
Billings in excess of costs and estimated earnings on
uncompleted contracts 20,575,310 13,803,428
Other accrued expenses 1,776,888 1,065,100
Income taxes payable 208,750 243,407
Deferred tax liability - 379,091
Total current liabilities 63,538,792 50,017,027
Non-current liabilities:
Long-term debt
1,796,400
3,789,900
5,124,570
Total liabilities 70,155,534 58,931,497
Commitments and Contingencies
Stockholders' equity:
Common stack - $.01 par value; 1,000,000 shares
authorized
8,000
8,000
Additional paid -in capital
4,721,920
4,593,325
Retained earnings
33,147,218
31,023,091
Accumulated other comprehensive income
379,325
602,026
38,256,463 36,226,442
Treasury stock, at cost (17,457,370) (17,458,309)
Total stockholders' equity 20,799,093 18,768,133
$ 90,954,627 $ 77,699,630
See accompanying independent auditor's report and notes to consolidated financial statements.
Wharton -Smith, Inc. and Subsidiaries
Consolidated Statements of Comprehensive Income
Year ended March 31,
2016
2015
Revenue
$ 208,613,016 S
170,512,271
Cost of revenue
193,535,951
156,888 071
Gross profit
15,077,065
13,624,200
General and administrative expenses
13,109,001
11,809,412
Profit from operations
1,968,064
1,814,788
Other income (expense):
-
(25,600)
Interest income
339,212
333,411
Interest expense
(238,920)
(351,035)
Other income, net
632,265
557,053
Other income, net
732,557
539,429
Profit from continuing operations before income tax
2,700,621
2,354,217
Income tax
576,494
786,360
Net income from continuing operations, including
noncontrolling interests
2,124,127
1,567,857
Loss from discontinued operations, net of tax expense
of $0 and $164,864
-
(25,600)
Net income including noncontrolling interests
2,124,127
1,542,257
Other comprehensive income (loss), net of tax - unrealized
gain (toss) on marketable securities
(222,701)
107,079
Total comprehensive income, including noncontrolling
interests
1,901,426
1,649,336
Net loss from discontinued operations attributable to
noncontrolling interests
-
(44,188)
Comprehensive income attributable to Wharton -Smith,
Inc. $
1,901,426 $
1,693,524
See accompanying independent auditor's report and notes to consolidated financial statements