Loading...
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