Res. No. 047-08-12644RESOLUTION No. 47 -08 -12644
A RESOLUTION • THE MAYOR AND CITY COMMISSION • THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE
A SERVICE WORK ORDER WITH JVA ENGINEERING CONTRACTOR, INC.
FOR CONSTRUCTION OF 12-INCH WATERMAIN DISTRIBUTION SYSTEM
EXTENSION-CITY HALL IN AN AMOUNT • $216,035.00 TO BE CHARGED TO
MIAMI-DADE COUNTY GENERAL OBLIGATION BOND (GOB) FUND
ACCOUNT NUMBER 106-1790-533-6300; PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the Mayor and City commission wishes to provide much needed fire protection along
SW 61sT Ct, and around City Hall; and upgrade the existing watermain along SW 61st Ct., and
WHEREAS, the Mayor and City Commission authorize the City Manager to execute a
construction contract with JVA Engineering Contractor, Inc. for the construction of the 12-inch Watermain
Distribution System Extension-City Hall in an amount of $216,035.00.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION •
I HE CITY OF SOUTH MIAMI, FLORIDA THAT: 0
Section 1: That the Mayor and City Commission authorize, the City Manager to execute
construction contract with JVA Engineering Contractor, Inc. for the construction of the 12-inch Watermain
Distribution System Extension-City Hall in an amount of $216,035.00.
Section 2: That the project's construction cost shall be funded through the Miami-Dade County
GOB Fund account number 106-1790-533-6300 with account balance of $462,000.00.
Section 3. The attached exhibit is incorporated by reference into this resolution.
PASSED AND ADOPTED this. 144-"- day of '2007.
ATTEST:
CLERK
READ AND APPROVED AS TO FORM:
IVA
Luis gueredo,
Nagin Gallop & Figueredo, P.A.,
Office of City Attorney
APP OVED:
fAAYOR
COMMISSION VOTE:
4-0
Mayor Feliu:
Yea
Vice Mayor Beasley:
Yea
Commissioner Wiscombe:
absent
Commissioner Palmer:
Yea
Commissioner Beckman:
Yea
To: Maria M. Menendez
City Clerk
From: Matilde Menendez 44%,
Acting Finance Director )
Date: 4/14/08
Subject: Addendum to correct account
number on Resolutions No.
46-08-12643 and 47-08-12644
Copy: W. Ajibola Balogun, City Manager
Kathy Vazquez, Purchasing Manager
Jose Olivo, Engineering Operations Manager
This memorandum shall serve as a request to correct the account number submitted
for the referenced resolutions. The correct account for these resolutions should be
number 106-1790-541-6304.
If you have any questions, please call me.
To: The Honorable Mayor Feliu and Members of the City Commission
Via: W. Ajibola Balogun, City Manager
From: Jose Olivo, P.E.
Public Works & Engineering Department
Date: April 1, 2008 Agenda Item No.: 0
Subject: Construction Contract with JVA Engineering Contractor, Inc. for the construction
of the 12-inch Watermain Distribution System Extension-City Hall which will start
from the intersection of Sunset Dr. and SW 61st Ct. and loop around City Hall. '
115111111 q gil
OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO
EXECUTE A SERVICE WORK ORDER WITH JVA ENGINEERING
CONTRACTOR, INC. FOR CONSTRUCTION OF 12-INCH WATERMAIN
DISTRIBUTION SYSTEM EXTENSION-CITY HALL IN AN AMOUNT OF
$216,035.00 TO BE CHARGED TO MIAMI-DADE COUNTY GENERAL
OBLIGATION BOND (GOB) FUND ACCOUNT NUMBER 106- 1790 -533-
6300 PROVIDING FOR AN EFFECTIVE DATE
Request: Authorizing the City Manager to execute construction agreement with JVA
Engineering Contractor, Inc. for the construction of the 12-inch Watermain
Distribution System Extension-City Hall which will start from the intersection of
Sunset Dr. and SW 61st Ct. and loop around City Hall.
Reason/Need: This proposed improvement will provide much needed fire protection
along SW 61 ST Ct, and around City Hall; and upgrade the existing
watermain along SW 61't Ct. The watermain will be constructed in
conjunction with our Sunset Drive Improvements Project —Phase I to
avoid affecting any newly completed roadway work. As a result, we have
secured the attached proposal from JVA by using conceptual plan for the
watermain extension. We intend to "piggyback" on Miami-Dade County's
Water & Sewer's current contract with JVA Engineering Contractor. The
attached memorandum labeled Exhibit "N' explains the "piggyback"
process.
Cost: $216,035.00 (includes $20,000.00 contingency amount)
Funding Source: Miami-Dade County GOB Fund-Project No. 17.8-73177
i [IN
V
Proposed Resolution
Memo from City of South Miami Department of Public Works and
Engineering
Contractor's Proposal
Recommendation for Award-Miami Dade County Water and Sewer
Department CICC 7040-0107-RPQ NO: T0950
Copy of Section 00500 (Contract) of the Project Manual
Sketch of proposed watermain improvement.
Page 2 of 2
PUBLIC WORKS AND ENGINEERING DEPARTMENT
To: W. Ajibola Balogun, City Manager
From: Jose Olivo, P.E. 0.
Engineering & Construction Ops. Mgr.
4795 SW 75TH AVENUE
SOUTH MIAMI, FLORIDA 33155
3051663-6350
FAX 668-7208
Subject: 12-inch Watermain Distribution System Extension-City Hall
Date: March 25, 2008
cc: File
The City of South Miami has recently received grant funding from the Miami Dade County General
Obligation Bond (GOB) Program to construct a 12-inch watermain which will connect at the intersection
of Sunset Drive and SW 615t Ct and extend all around City Hall to serve as fire protection for City Hall
and other adjacent buildings. Due to the lengthy process involve with competitive bidding, the start of the
watermain construction would potentially occur after decorative roadway pavers are installed as part of
our separate City project "Sunset Dr. hnprovements Phase F'. Therefore, to avoid affecting any newly
completed roadway work on Sunset Drive; it would be in the best interest of the City that the construction
of the watermain be assigned immediately to a contractor who is under contract with a County agency or
other local municipality. Consequently, JVA Engineering Contractor, Inc. (Contractor) has been recently
recommended for award of a contract (CICC 7040-0/07-RPQ NO: T0950) from Miami Dade Water &
Sewer Department (WASD) to construct a watermain (see attached WASD bid and award
recommendation letter).
The City of South Miami Public Works-Engineering Department has received a proposal from JVA
Engineering Contractor, Inc. for construction of the 12-inch Watermain Distribution System Extension-
City Hall for the amount of $216,035.00 (see attached proposal). Furthermore, the Contractor's proposed
unit prices and total cost for construction of the 12-inch Watermain Distribution System Extension-City
Hall are considered acceptable and reasonable as compared to industry standards, and well within our
GOB funding budget.
The City of South Miami Public Works-Engineering Department recommends that the City Manager
authorize JVA Engineering Contractor, Inc. to perform construction services for the construction of the
12-inch Watermain Distribution System Extension-City Hall for the amount of $216,035.00.
Should you have any questions, please feel free to contact meat 305-663-6350. Thank you.
CONTRACTOR. INC.
9766 SW 24 St. Ste: 23
Miami, FL. 33165
Tel: (305) 553-5178
Fax: (305) 220-1019
SUBMITTED TO: City of South Miami PROJECT NAME: City Hall Water Main Improvements
NAME Jose H. Olivo Jr., P.E. ADDRESS: SW 61 st Ct Cir. & SW 72nd Street
ADDRESS: 4795 S.W. 75th Avenue CITY /STATE: South Miami, FL
CITY /STATE: Miami, FL 33155 DATE: 3/12/2008
PHONE: 305-668-7354 E-Mail jolivo@cityofsouthmiami.net
FAX: 305-668-7208
DESCRIPTION OF WORK TO BE PERFORMED
WE HEREBY SUBMIT SPECIFICATIONS AND ESTIMATES FOR:
We proposed performed all materials, labor and equipment necessary to the follow Scope of Work:
0 v g�
I11ft14`11" -11W1 1M1EMbF.
2
O
tv E W "1 t
0 M
MW
E d
Water& Sanitary Distribution
12"x12" Tap Sleeve and 12" Tap. Valve
I
EA
$6,750.00
$6,750.00
Remove Existing 12" Plug & Connect to 12" Water Main
1
EA
$2,250.00
$2,250.00
Restoration of Concrete Curb and Gutter
20
LF
$45.00
$900.00
Replace Existing Fire Hydrant
1
EA
$3,500.00
$3,500.00
6" Fire Hydrants Assembly
3
EA
$3,100.00
$9,300.00
12"x6" Tee
4
EA
$1,200.00
$4,800.00
6" Gate Valve
4
EA
$1,750.00
$7,000.00
4" Pipe Bollards-Onsite
16
EA
$295.00
$4,720.00
6" Line - DIP
54
LF
$85.00
$4,590.00
12" Line - DIP
1,032
LF
$90-00
$92,880:00
12" Gate Valve
2
EA
$3,050.00
$6,100.00
12" 90 Degree Bend
2
EA
$1,300.00
$2,600,00
12" 45 Degree Bend
2
EA
$1,300.00
$2,600.00
12"x1 2" Tee
I
EA
$,1,500.00
$1,500.00
12" Plug with 2" Flushing Valve
1
EA
$1,250.001
$1,250.00
Restoration 8" Limerock Base & 1" Asphalt Pavement
Miscellaneous
As-builts
1 5,380
I
1 SF
LS
1 $4.751
$4,200.00
$25,555.00
$4,200.00
Survey
1
LS
$1,750.00
$1,750.00
Bond Fees
I
LS
$6,500.00
$6,500.00
Project Signs
1
LS
$790.00
$790.00
.Maintenance of Traffic required for Sunset Dr. Connection
1
LS
$6,500.00
$6,500.00
lContingency
I
LS
1 $20,000.001
$20,000.
WE HEREBY PROPOSE TO FURNISH LABOR AND MATERIALS COMPLETE IN ACCORDANCE WITH THE ABOVE
SPECIFICATIONS, FOR THE Two Hundred Sixteen Thousand Thirty-Five Dollars and Zero Cents ($216,035.00)
10100"'.,:
THIS AGREEMENT, made and entered into this day of , 20_, A.D., by
and between the City of South Miami, party of the first part (hereinafter sometimes called the
"Owner"), and party of the second part (hereinafter
sometimes called the "Contractor").
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually
agree as follows:
11913 rKSIN91115 • Wam
A. The Contractor shall furnish all labor, materials, equipment, machinery, tools,
apparatus, and transportation and perform all of the work shown on the Drawings
and described in the Project Manual entitled:
as prepared by Corzo Castella Carballo Thompson Salman, P.A. acting as, and in
the Contract Documents entitled the Owner's Engineer, and shall do everything
required by this Contract and the other Contract Documents.
1.02 THE CONTRACT SUM
A. The Owner shall pay to the Contractor for the faithful performance of the Contract, in
lawful money of the United States, and subject to addition and deductions as
provided in the Contract Documents, as follows:
B. Based upon the price shown in the Proposal heretofore submitted to the Owner by
the Contractor, a copy of said Proposal being a part of these Contract Documents,
the aggregate amount of this Contract is the lump sum of
Dollars ($
1.03 COMMENCEMENT AND COMPLETION OF WORK
A. The Contractor shall commence work on the date established in the Notice to
Proceed.
B. The Contractor shall prosecute the work with faithfulness and diligence and shall be
substantially complete with the work not later than ninety (90) calendar days after the
commencement date established in the Notice to Proceed. The work shall be
completed and ready for final payment within sixty (60) calendar days from the date
certified by City's Project Engineer as the date of substantial completion.
00500-1 1929-26
1.04 CONTRACTOR'S ACCEPTANCE {}FCONDITIONS
A. The Contractor hereby agrees that he has carefully examined the sites for the work
to be performed and has fully satisfied himself that such sites are correct and
suitable ones for the work to be performed and he asaurDGS full responsibility
therefore. The provisions of this Contract shall control any inconsistent provisions
contained in the specifications. All Drawings, Specifications and Contract items
contained in this Project W18Ouo| have been read and carefully considered by the
Contractor, who understands the same and agrees to their sufficiencyfor the work to
bedone. It is expressly agreed that under no circumstances, conditions or situations
shall this Contract be more strongly construed against the Owner than against the
Contractor and his Surety.
B. Any ambiguity O[ uncertainty iD the Drawings Or Project Manual shall bB interpreted
and construed by the Owner's Engineer and his decision shall be final and binding
upon all parties.
C. Itie distinctly understood and agreed that the passing, approval and/or acceptance
of any part Of the work O[ material bvthe Owner, his Engineer, O[bv any agent Or
representative as in compliance with the terms of this Contract and/or of the Project
W18nUa| covering Said work, Gh@|| not operate as 8 waiver by the Owner Ofstrict
compliance with the terms of this Contract, and/or the Project Manual covering said
work; and the Owner may require the Contractor and/or his insurer to repair, replace,
restore and/or make to comply strictly and in all things with this Contract and the
Project Manual any and all of said work and/or services which within a period of one
year from and after the date of the passing, approval, and/or acceptance of any such
work or aen/imao, are found to be defective or to fail in any way to comply with the
Drawings and Specifications. This provision shall not apply to m8[e[i8|8 Or
equipment normally expected to deteriorate or wear out and bRCO0n subject to
normal repair and replacement before their condition is discovered. The Contractor
shall not be required to do normal maintenance work under the guarantee
provisions. Failure on the part of the Contractor and/or his insurer, immediately after
Notice to either, to repair or replace any such defective n1@teh8|g and
workmanship shall entitle the Owner, ifit sees fit, toreplace or repair the same and
recover the reasonable cost of such replacement and/or repair from the Contractor
and/or his insurer, who shall iD any event be jointly and severally liable tO the Owner
for all damage, loss and expense caused tn the Owner h» reason of the Contractors
breach of this Contract and/or his failure to comply strictly and in all things with this
Contract and with the Drawings and Specifications.
A. It is mutually agreed that time is of the essence of this Contract and should the
Contractor fail to complete the work within the specified time, orany authorized
extension thereof, there shall be deducted from the compensation otherwise to be
paid to the Contractor, and the Owner will retain the amount of One Thousand Five
Hundred Dollars ($1,500.00) per calendar day aa fixed' agreed, and liquidated
damages for each calendar day elapsing beyond the specified time for completion or
any authorized extension thereof, which sum shall represent the actual damages
which the Owner will have sustained by failure of the Contractor to oonnp|eh* the
work within the specified time; it being further agreed that said sum is not penalty,
but is the stipulated amount of damages sustained by the Owner in the event of such
default by the Contractor.
00500-2 1920-28
tics
B. For the purposes of this Artinle. the day of final acceptance of the work shall be
considered @ day ofdelay, and the scheduled day Of completion of the work shall be
considered a day scheduled for production.
A. In accordance with the provisions hJ|k/ set forth in the General Conditions, and
subject to additions and deductions as provided, the Owner shall pay the Contractor
as follows:
1. Within 60 days after receipt of the Contractors request for partial payment by
the Owner, the Owner shall make partial payments to the Contractor, onthe
basis of the estimate of work as approved by the Owner's Engineer, for work
performed during the preceding calendar month, less ten percent (1O%\Of
the amount ofsuch estimate which is to be PBtgiD8d by the Owner until all
work has been performed strictly in accordance with this Agreement and
until such work has been accepted by the Owner.
2. Upon SUb0iS8iOD by the CODtraCtO[Vf8VideDce satisfactory to the Owner
that all poyro||a, material bills and other costs incurred by the Contractor in
connection with the work have been paid in full, and also, after all guarantees
that may be required in the specifications have been furnished and are found
to be acceptable by the Owner, final payment on account of this Agreement
shall be made within sixty (8O)days after completion by the Contractor Ofall
work covered by this Agreement and acceptance of such work by the Owner.
A. |tiS further mutually agreed between the parties `hereto that if, @t any time after the
execution of this Agreement and the Performance and Payment Bonds hereto
attached for its faithful performance, the Owner shall deem the surety o[sureties
upon such bonds to be unsatisfactory, or if, for any reason, such bond(s) ceases to
be adequate to cover the performance of the work, the Contractor shall at his
expense, and within three (3) days after the receipt of Notice from the Owner U3do
so, furnish an additional bond or bonds, in such form and amount, and with such
sureties aa shall be satisfactory to the Owner. |n such event, no further payment to
the Contractor shall be deemed due under this 4org8[OeOt until such new or
additional security for the faithful performance of the work shall b8 furnished iOthe
manner and form satisfactory to the C>vxne[.
1.08 SOVEREIGN IMMUNITY AND ATTORNEY'S FEES
The City does not waive sovereign immunity for any ck]rn for breach of contract
except for payment of any amount owed under the contract; provided, however, that
in any action arising out of or to enforce this Agreement, the prevailing party shall be
entitled to its reasonable attorney's fees and ooe[a' including, but not limited tO
paralegal costs, and computer research costs. The parties shall not be liable for the
prejudgment interest.
Any claim or dispute arising out of or related to this agreement shall be subject to
informal mediation eaa condition precedent to the institution of legal nrequitable
proceedings by either party. Both parties waive the right to arbitration. The parties
00500-3 1820-26
shall share the mediator's fee and any filing fees equally. The mediation shall be
held in Miami-Dade County, Florida, unless another location is mutually agreed
upon. Agreements reached in mediation ohe|| be enforceable as settlement
agreements iD the circuit court for the 11"' Judicial Circuit for the State OfFlorida.
The officials executing this Agreement warrant and represent that they are
authorized by their respective agency to enter into a binding agreement.
1.11 LIENS
Contractor isprohibited from placing @ lien ODthe City's property. This prohibition
shall apply to, /n/ara&a all eubconsuKan1a and subcontractors, suppliers and labors.
1.12 INCORPORATE BY REFERENCE [)(}CU|NENTG ENCLOSED IN PROJECT
MANUAL
The contract enclosed within the "Project Manual for City of South Miami, City Hall
12-Inch VV8tern78in Extension" and all @tt8ChDleDtS in the K8@DU@| and the
Construction Drawings ohG|| be incorporated by reference into the contnact, as
exhibits to the contract. Between the contract and the attachments in the manual,
the provisions of the contract shall control should there bG any inconsistency iDthe
dqCu[n8DtS.
1.13 TRANSFER AND ASSIGNMENT
A. None of the work or services under this contract shall be subcontracted beyond that
shown on List of K8oio[ Sub-Contractors (page 00300-4 of the Proposal) unless
Contractor obtains prior written consent from the City. Approved subcontractors
shall be subject to each provision of this contract and Contractor shall be responsible
and indemnify the City for all subcontractors' acts, 8rnmra or omissions.
B. The Contractor shall not assign, transfer or pledge any interest in this contract
without the prior written consent of the City; provided, however, that claims for money
bv the Contractor from the City under this contract may be assigned, transferred or
pledged to a benk, trust company, or other financial institution without the City's
approval. Written notice of any assignment, transfer or pledge of funds shall be
furnished within 10 days by the Contractor ho the City.
A. The City, o[ any Vf their duly authorized representatives, shall, until 3years after final
payment under this montneoL have access to and the right ho anornime any ofthe
Contractor's books, ledgers, documents, papers, or other records involving
transactions related to this contract for the purpose of making eudi1, oxenninobon.
excerpts, and transcriptions.
B. The Contractor agrees to include in first-tier subcontracts under this contract a
clause substantially the same as subparagraph 1.14.A. above. "Subcontract," as
u sed in this clause, excludes purchase orders not exceeding $10.ODO.
C. The right bJ access and examination of records in subparagraph 1.14^4. 8h8U
continue until disposition of any mediation, claims, litigation or appeals.
00500-4 1929-28
All documents, reports, pkana, specifications or other records, including electronic
records, resulting from the services rendered bvthe Contractor under this contract
shall b8 deemed the property Vf the City and th City shall have all rights incident tD
this ownership. The Contractor acknowledges that all documents prepared under
this contract shall be public records, and shall be subject to public inspection and
copying, as provided by Florida Statutes chapter 118. Upon conclusion of this
u]ntn3(t and any extensions, all documents shall be delivered by the Contractor to
theCity. The Contractor shall have the right to retain copies of the documents at the
Contractor's expense.
1.16 SEVERABILITY
Should any paragraph or any part of any paragraph of this contract be rendered void,
invalid U[bDHDfo[C88bkebv any court Of law, for any reason, the determination shall
not render void, invalid or unenforceable any other section or part of any section of
this contract.
1.17 CONTINGENCY FEE AND CODE OF ETHICS WARRANTY
A. Contractor warrants that neither it, nor any principal, employee, agent, representative
O[ family member has promised tO pay, and Contractor has not, and will not, pay @
fee the 8DlOUDt Of which is contingent upon the City 8VY8FdiDg this CODt[GCt to
Contractor.
B. Contractor warrants that neither itnoranyphncipaLernploVee'@gert, representative
or family member has procured, or attempted to procure, this contract in violation of
any of the provisions of the Miami-Dade County or the City of South Miami conflict Pf
interest and node of ethics ordinances.
C. A violation of this paragraph will result in the termination of the contract and forfeiture
of funds paid, or to be paid, to the Contractor.
1.18 WARRANTY OF AUTHORITY
The signatories to this contract warrant that they are duly authorized by action Of
their respective city commission, board Cf directors Or other authority tm execute this
contract and to bind the parties to the promises, terms, conditions and warranties
contained in this contract.
The Contractor ia furnishing its services aaan independent Contractor and nothing in
this contract shall create any association, partnership or joint venture between the
parties, or any employer-employee relationships.
00500-5 1829-26
IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first
above written in five (5) counterparts, each of which shall, without proof or accounting for the other
counterparts, be deemed an original Contract.
(Seal)
Attest:
City Clerk
City's Resolution No.
WITNESS: (If corporation, attach
Seal and attest by Secretary)
A P P RO'Y-EIJA�5- I-*TFVPUT1-AfT1T
LEGILITY:
City Attorney
City of South Miami, Florida
Party of the First Part
I-A
City Manager
Contractor
Party of the Second Part
IN
Title
F-Al
"i0 2-101TA: a ONTAIRS Eel a 104
By:
Director of Finance
City of South Miami
(*) In the event that the Contractor is a Corporation, the following certificate of resolution of the
Board of Directors of the Corporation, authorizing the officer who signs the Contract to do so in its
behalf shall be completed.
00500-6 1929-26
CERTIFICATE
STATE C>FFLORIDA)
ae
COUNTY OF \
0 HEREBY CERTIFY that a meeting of the Board of Directors of
@ corporation under the laws Of the State Of
held on the following resolution was duly
passed and adopted:
"RESOLVED, that as President of the
corporation, be and heis hereby authorized to execute the Contract dated 2
between the CITY OF SOUTH MIAMI, a municipal corporation, and this corporation, and that this
execution thereof, attested by the Secretary of the corporation and with corporate seal affixed, shall
be the official act and deed of this oorponatioO."
| further certify that said resolution iS now iD full force and effect.
IN WITNESS WHEOEOF,| have hereunto set nly hand and affixed the official seal ofthe
corporation this of
Secretary
END OF SECTION
192B-28
IM
r
mam,
•
cz
4-4
January 31, 2008
Jose M. Alvarez
JVA Engineering Contractors Inc.
9766 S.W. 24 Street
Miami, FL 33165
11111M
no [ullil-611ill
is i® Water and Sewer Department
3071 SW 38 Avenue
Douglas Building
Miami, FI 33146
CERTIFIED MAIL No:
FACSIMILE: 305 220-1019
TELEPHONE: 305 553-5178
Re: Recommendation for Award for CICC 7040-0/07 - RPQ NO: T0950
Install of 24 inch DI water main at SW 296 St. and SW 162 Ave with C-103 Canal Crossing
SW 296 ST and SW 162 Ave
Jose M. Alvarez:
This letter will serve as your notification that you have been recommended for award for the above
referenced RPQ based on your Price Quotation submitted on Thursday, January 17, 2008. The total
RPQ amount Is $698,858.67, which includes your base bid amount of $637,012.77, a Contingency
amount of $0.00 and a Dedicated amount of $61,845.90. The contract duration is established as 120
calendar days. However, the award is contingent upon the submission of the required items listed
below:
Payment and Performance Bond
Copies of current insurance certificates
Copy of the required license(s)
The preceding Documents are required as outlined within the Contract CICC-7040-0/07 and to be
submitted within 10 business days. Failure to submit the document(s) within the specified time, or any
extension granted, will result in the award being rescinded.
Subsequent to the review and approval of the aforementioned Documents, you are required to obtain
the required permits in'the time stipulated in the RPQ. Upon obtaining the permit($), a copy(s) must be
submitted to the Project Manager prior to commencement of work. No work Is to be performed without a
permit unless the Project Manager issues a written directive to proceed without permit(s). After receipt
of the permits the Project Manager will issue a Notice to Proceed authorizing the performance of the
work.
After receipt of the permits the Project Manager may schedule a Pre Construction Conference and
issue a Notice to Proceed authorizing the performance of the work.
This letter will also serve as a reminder that all work must be performed in accordance with the scope of
work and contract's terms and condition, all permits and inspections and in accordance with all
applicable Federal, State and local laws, codes and regulations. Should you have any questions please
contact Miguel Hernandez at 786-552-8803.
S�incerel e,
Miguel H rmnandez
MCC CC Lia ion
CC:
http://intra.miamidade.gov/c'n's/MCC/fimMCCAwardPrint.asp?SeICDlndex--12811 1/31/2008
PUBLIC WORKS BOND
IN COMPLIANCE WITH FLORIDA STATUTES 255.05(1)(A)
BOND No.
CONTRACTOR
ADDRESS
PHONE NO.
PHONE No.
OWNER NAME
ADDRESS
PHONE No.
CONTRACT/PROJECT No.
I as I
JVA ENGINEERING CONTRACTOR, INC.
9766 S.W. 24TH STREET, SUITE 23
MIAMI, FL 33165
(305) 220-1220
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
ONE TOWER SQUARE
HARTFORD, CONNECTICUT 06183
(860) 277-0111
3071 S.W. 38TH AVENUE, DOUGLAS BUILDING
MIAMI, FL 33146
(786) 552-8084
CICC 7040-0107 - R.P.Q. NO.: T0950
PROJECT NAME INSTALL 24 INCH DI WATER MAIN AT S.W. 296TH STREET AND
S.W. 162ND AVENUE WITH C -103 CANAL CROSSING S.W. 296TH
STREET AND S W. 162ND AvENuE.
PROJECT LOCATION . MIAMI DADE COUNTY, FL
LEGAL DESCRIPTION INSTALL 24 INCH DI WATER MAIN AT S.W. 296TH STREET AND
S.W. 162ND AVENUE WITH C-103, CANAL CROSSING S.W. 290
STREET AND S.W. 162ND AVENUE.
DESCRIPTION
MIAMI -DADE COUNTY, FL
INSTALLATION
Front Page
All other bond page(s) are deemed subsequent to this page regardless
of any page number(s) that may be preprinted thereon.
THE AMERICAN INSTITUTE OF ARCHITECTS
&man
Bond No. 105059630
AIA Document A31 I
KNOW ALL MEN BY THESE PRESENTS: that JVA Engineering Contractor, Inc.
(Here insert full name and address or legal title of Contractor)
9766 S.W. 24th Street, Suite 23, Miami, FL 33165
as Principal, hereinafter called Contractor, and, Travelers Casualty and Surety Company of America
(Here insert full name and address or legal tide of Surety)
One Tower Square, Hartford, CT 06183
as Surety, hereinafter called Surety, are held and firmly bound unto Miami-Dade County
(Here insert full name and address or legal title of Owner)
3071 S.W. 38th Avenue, Douglas building, Miami, FL 33146
as Obligee, hereinafter called Owner, in the amount of Six Hundred Ninety Eight Thousand Eight Hundred Fifty
Eight Dollars and 67/100 Dollars ($ 698,858.67 1
for the payment whereof Contractor and Surety bind. themselves, their heirs, executors, administrators,
successors-and assigns, jointly and severally, firmly by these presents.
WHEREAS,
Contractor has by written agreement dated
for
(Here insert full name, address and description of project)
Install of 24 Inch DI Water Main at S.W. 296th Street and S.W
296th Street and S.W. 162nd Avenue.
in accordance with Drawings and Specifications prepared by
, entered into a contract with Owner
162hd Avenue with C-103 Canal Crossing S.W.
(Here insert full name and address or legal tide of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
AJA DOCUMENT A311 I PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND I AIA 0
FEBRUARY 1970 ED. I THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., NW., WASHINGTON, D.C, 20006
THE AMERICAN INSTITUTE OF ARCHITECTS
uum
A/A Document A311
Bond No. 105059630
TIM=
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT
KNOW ALL MEN BY THESE PRESENTS: that JVA Engineering Contractor, Inc.
(Here insert full name and address or legal title of Contractor)
9766 S.W. 24th Street, Suite 23, Miami, FL 33165
as Principal, hereinafter called Principal, and, Travelers Casualty and Surety Company of America
(Here insert full name and address or legal title of Surety)
One Tower Square, Hartford, CT 06183
as Surety, hereinafter called Surety, are held and firmly bound unto Miami-Dade County
(Here insert full name and address or legal title of Owner)
3071 S.W. 38th Avenue, Douglas Building, Miami, FL 33146
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the
amount of Six Hundred Ninety Eight Thousand Eight Hundred Fifty Eight Dollars and 67/100
(Here insert a sum equal to at least one-half of the contract price) Dollars ($ 698,858.67
for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
Principal has by written agreement dated entered into a contract with Owner
for
(Here insert full name, address and description of project)
Install of 24 Inch DI Water Main at S.W. 296th Street and S.W. 162nd Avenue with C -103 Canal Crossing S.W.
296th Street and S.W. 162nd Avenue.
in accordance with Drawings and Specifications prepared by
(Here insert full name and address or [aged title of Architect)
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
AIA DOCUMENT A311 PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA 0
FEBRUARY 1970 ED. THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006
RPQ Project Name: Install of 24 inch DI water main at SW 296 St. and SW 162 Ave with C -103 Canal Crossing
Price Proposal (Cost to Perform the work must be stated here. State 'No Bid' if not submitting a price proposal)
Sly, 1+"Vid" KI" ThJC)UQAr7d Fight I I hAndve—C4 F-WN
()allure, did sly-ilq - sc&tn
Bidder's Company Name:. ivA c- fog ine"*m con"oibr -Lne-
CompanyAddress: 41Wp SW -7,+9t Jf�
City: M)A) l State: F7 zip:
Telephone No:
Name of Person SubrOttinilQu
RMI-TEM F0 V Mle
Signature:
Fax No: 30Q 75 vO EMail:
(Print): - JOC.-C AJVAW_�
M
(if none' write "None")
Date:
Note: Quotes must be submitted on this form-, Quote envelope must state RPQ Number, date and time due and t
Bidder's Name. Use of any other form for submission of the price quotation shall result in the rejection of th
price quotation. Late bids will not be opened. Low bidder will be notified, in the Notice of Award, of the
requirements to submit current copies of insurance certificates in accordance with the Contract Documents
after review for compliance with the Contract Documents, user Department will forward all Insurance -
Certificates to CICC for Review. By signature, the CONTRACTOR agrees to be bound by the terms set for
the CICC- 7040-0/07 contract.
Appendix 5A
httr):Ilintra.miamidade,izovlciisIMCCIfrmMCCContractorRPOPrint.asD?SeIRPO=TO95O&... 12/4/2007
QUOTATI p N FOR
IN ' STALLATiON OF'24" D.I. WATER MAIN
AT S.W. 296 ST.AND S.W. 162AVE. WITH C-103 CANAL CROSSING
AM
Item Estimated
No. Quantity
Total
450 For selling and deliverinb'to the Department 24-inch
Lin. Ft. ductile iron pipe, fittings and accessories (including
restrainment) for water rr ain (excluding limits of canal
crossina.). the price per Iii iear foot of
- I r - 00110�5- -
ontAvn�.red OA Dollars and
Cents ($ $
56
2. -450 For1n§ta'lling 24-inch du cti-le iron pipe, fittings, and
Lin. Ft. accessories (including r6strainn ent) for water main
(excluding r limits of canal crossing), the price per linear
foot of
0 c V r7d r(dnA' Db))(Af5_. Dollars and
$ Soo,
Cents($
3. 3 For selling and delivering to the Department 24-inch
Each mechanical joint resilient seated wedge gate valve for
water main, ,c' O mp
.T. lete with valve box, riser pipe and lid,
and materials to construct the leak detector / sampling'
ports, the price each of
Dollars and
I—CA Cents ($ 1--u
ER 15865 ..Page 1A of 3 ,
VJ
ff@ 9 A' Kr
_ _If qTRffy@U
INSTALLATION OF 2W' D.I. WATER MAIN
AT S.W. 296 ST. AND S.W. 162 AVE. WITH C-103 CANAL CROSSING
AALB-T&
Item Estimated
No. Quantity Description Total
4, 3 For installing 24-inch mechanical joint resilient seated
Each wedge gate valve for water main complete with valve
box, riser pipe and lid, and constructing the leak detector
/ sampling ports, the price each of
-AK JhbJ&AHJ Dollars and
Cents($ Isom s. 3:5 boo, 11-4
5. Aggregate For making connection to an existing 24-inch ductile iron
Sum water main, located on the West side of Canal C-103,
including removal of existing plug, the price each of
1-t v7 -1-housand Dollars and
Cents $
6. Aggregate For constructing .24 -Inch D. 1. Water Main Subaqueous
Sum Canal Crossing (approx. 1001-F) from 8TA 12+79.63 to
STA 13 +62 as's.hown on the plans, including furnishing
and installing all pipe., fittings, and appurtenances
complete, the aggregate sum of
- r� , XA Ur)d Dollars and
UO nj
Cents
$ o Vo
ER 15865 Page 1B of 3
.Item
No.
7.
QUOTATION FOR'
INSTALLATION'OF 24" D.I. WATER MAIN
ATS.W.: 296 -ST. AND'S*.W. 162 AVE. WITH C-1 03 CANAL CROSSING
Estimated
Quantity
Description
Aggregate For making connection to an existing 16-inch ductile iron
Sum water main, located on the :East side of Canal C-103,
including removal of existing plug, the price each of
-fl9t1la Dollars and
Total
Cents I'Z fflo, =
8. 1. For.. furnishing and installing 8-inch ductile iron water main
Each `bI6w-off; :;,compI'ete at STA 13+94±, the price each of
Dollars and
Cents ($. 15
9. 2 For' constructing pedestrian curb ramp restoration per
Each D.O.T.Standa,rdDetails Index 304 at corner intersections as
(Contingent required and directed by the Engineer, the price each of
Item)
k I ly.tt Dollars and
Cents (s3—, / _), �� "
ER 15865 'Page I C, of .3
:QUOTATION FOR
:INSTALLATION OF 24" D.I. WATER MAIN
AT -&W. 266-ST.,AND S.W*.;162 AVE..:'WITH C-103 CANAL CROSSING
ER-15865
Item Estimated
No.- Quantity Description Total
16 Forconstructing curb ramp detectable warning surface per
Sq.:Ft. -D.O.T. Standard -Details Index No. 304 as required and
(Contingent' directed by the Engineer, the price per square ft. of
Item) ffl 14,
bu Dollars and
11,
12.
-Cents ($jjffi
4,5bo For sodded area restoration, ion, the price per. square yard
Square 'of
Yards
Dollars and
Vy
Cents
constructing " * ,'re�inforce.d-.concre.te slab (for ground
Cubic Yard : `;.,-.,-bove'
rf.ess than2'.5, feet) (per MDWASD Standard Detail
(contingent 'GS 1,..12)"the price -per cubic *yard of
Item)
IWO 1[1W gar J`-T)K [hnAtd Dollars and
Cents )
ER 15865 Page ID of 3
$_ 2j900,--
QUOTATION 'FOR
INSTALLATION OF 24" D.I. WATER MAIN
AT S.W. 296 ST. AND S.W. 162 AVE. WITH C-1' 03 CANAL CROSSING
ER 15865
Item Estimated
No. duantit
450
Lin. Ft.
(Contingent
Item)
Description
For furnishing & installing polyethylene encasement for
any size D.I. pipe, fitting or valve, if ordered by the
Engineer, the price per linear foot of
ri Dollars and
�Vo
Cents (05.
14,1. .250 For trench miercut in 1 -foot depth increments, the price
Lin. Ft. per.. lioear foot of
(Contingent
Item) '-Ilars and
9,
2-tA Cents ($__� 0, 0-0-;,
15. 3 For constructing Automatic Air Release Valve Assemblies
Each (ARVs) at, the locations shown on the Plans, the price each
of
I Ily-Y- TKOUS(01J 7WO 9140ditd �Aollars and
Cents ($ 3_,2Eb_1' )
16. 293 For constructing limerock base for Type "I" permanent
Square paving repairs, the price per square yard of
Yards
lwm NN6 Dollars and
UA,
Cents ($
ER 15865 Page 1E of 3
Total
$. (P,150- *
$_62,000
$5 33.
QUOTATION FOR
INSTALLATION OF 24" D.I. WATER MAIN
AT S.W. 296 ST. AND S.W. 162 AVE. WITH C-103 CANAL CROSSING
Item Estimated
No. Quantity
r M.,
Description
17. 230. For constructing asphaltic concrete surfa c*e course for
Square Type "I" permanent paving repairs, the price per square
Yards yard of
TWH - TWO
Dollars and
I pe
1,288
Square
Yards
(Contingent
. Item)
Cents (,$
For milling existing asphalt Pavement to an average
depth of 1- inch, 'co miplete, the price per square yard of
=I
Cents ($ 51
Dollars and
1,288 For constructing Type W" pavement repairs (nominal
Square one-inch thick machine-laid asphaltic concrete surface
Yards overlay), the price per square : yard of
(Contingent
Item) t�'l vib Dollars and
-Cents ($ A
Ek 15865 Page 1 F of 3
mm
$ F-5
$ (,o, 446,
11. SqE- 0a
QUOTATION FOR
INSTALLATION OF 24" D.I. WATER MAIN
AT S.W. 296 ST. AND S.W. 162 AVE. WITH C-103 CANAL CROSSING
I
Item Estimated
No. Quantity
Description
20. Aggregate For repla6ing pavement markings damaged, removed
Sum or obliter I ated by the Contractor's operation, the
aggregate sum of
I M
t-_..Tkt4S,0Jqd Dollars and
21.
M
Cents
525 For replacement of concrete sidewalk removed or damaged
S q. Ft. during the installation of 24-inch water I main, the price per
square feet of!
Dollars and
Total
Fj M Cents ($ _) $ _3 L Jr 4-3.
14 Forfurnishing'and installing flowable fill as trench backfill,
Cubic Yards the price per cubic yard of
(Contingent I .
Item) .0 - Ai;(� Jr (d- - Tmn Dollars and
Cents
ER 15865 Page 1 of 3
DEC-27-2007 THU 1.0:117 AM FAX NO. P, 07/16
QUOTATION FOR
INSTALLATION • 24 D.I. WATER MAIN
AT S.W. 296 ST. AND S.W. 162 AVE.VITH C,103 CANAL CROSSING
item Estimated
No Qua Qescription
. rl
23, 300 For furnishing and installing additional suitable backf ill
Cubic Yards material, the price per cubic yard of
(Contingent
Item) Dollars and
Cents ($
24. 200 For sheeting and shoring ordered left in place by the
Square Engineer, the price per square foot of
Feet
(Contingent —C Dollars and
Item)
Cents ($
0
26. Aggregate For furnishing traffic control, the aggregate sum of
sum
r:R 15865 (Add, #2)
I
,3j k Dollars and
Total
$ 11 -ck7o'.
994MEMM
DEC-27-2007 THU 10:17 AM FAX NO, P. 08/16
Item
NO,
27.
QUOTATION FOR
INSTALLATION OF 24" D.I. WATER MAIN
AT S. W. 296 ST. AND S^ 162 AVE. WITH C-103 CANAL CROSSING
ER 15865
Estimated
uanti
Aggregate
Sum
(Divided
into 2
payments.
See
Measure-
ment of
payment)
28, Subtotal
M
DesCriptio Total
For performing preparatory work and operations in mobilizing
for beginning the work of the Project, but excluding materials
and permit costs, both of which are paid under other
payment items, the aggregate sum Of
nd Dollars and
I Cents
The sum of Bid Items I through 27, the sum of
For cost of required permits, fees, inspections, impact fees,
Dedicated authorized r, the sum Of 3% of the Subtotal, If Allowance Item 28, (.03)R(5umotaif item 213) "Jh V
' fvl, -E4
0 lars and
..Cents
ER 15865 (Add. #2) Page llof 3
$ /Z
-iQMQ -I
DEC -27 -2007 THU 10:18 AM FAX NO. P. 09/16
QUOTATION FOR
INSTALLATION OF 24" 13,11. WATER MAIN
AT S.W. 296 ST. AND S.W. 162 AVE . WITH C-103 CANAL CROSSING
;TA
item Estimated DmcriDffm Total
No. guan mpum
30. Contingency For unforeseen conditions, for minor construction changes,
Allowance and for quantity adjustments, if ordered by the Engineer, the
sum of 10% of the Subtotal, Item 28, (.10) X (Subtotal, item
28)
Thpu,4�nF�W �H,4� of ars and
mAJ5 cents
31. TOTAL BID sum o Items 28, 29, and 30 $
S-1, Ni" lw sand
I jL HUnAK d N'" - Sig h+ 7
32. Time Foru (foreseen conditions, for minor construction changes,
Allowance and for quantity adjustments, if authorized
Account the total of
Twenty -rJne (211 Calendar Days
Note: For a detailed description of each Proposal item, refer to Section 6.0, of the Specifications
entitled "Measurement and Payment".
ER 15866 (Add. #2) page IJ of 3
O
0
x
W
0 U)
-E
:D 0
I--,
>1
A
0 4—
CD
,4—
(D
N-v
64-bl
W.-I
>t
csi
Z
c:
—C
u
(D
L-
0-
E
0 C/)
0
LO
.00
LO
Cn a)
.4., -0
cn
U.i
0
ui
0
IL
w
CL
70
CO
c,i z
U) n"
I— C)
< —j
<
C)
0
0
z z
a)
z
<
=3 =
0
c)
c1r)
LL 4
W
0 cu
0
M
<
w
cn .0
C Y
F=
N FL
0
— � 4—
0
U)
C\l >
C13 cu
>
U- W
0 >
C.0
<
Z
0 CD
C6
.¢J
7E5 >,
<
4 0
U) z
Z
Co
ca
<
U) C) NJ
(1)
0) Co
co
F-
0
C: 0
0
Ca (D 0
ZZ
U)
CL
0
co 0
O
0
x
W
0 U)
-E
:D 0
I--,
>1
A
0 4—
CD
,4—
(D
N-v
64-bl
W.-I
>t
Z
c:
—C
u
(D
L-
0-
C:
N
-A�
Wil
ti
:wl
•
I
DEC-27-2007 THU 10:18 AN FAX NO, F, IU/16
All in full and complete accordance with all terms and conditions set forth in and covered by the
Contract Documents including all addenda through number ivlbbok- V141. by P-6-0
The Contractor further proposes and agrees to begin the work with an adequate force and
with sufficient equipment and facilities on the date stated in the written notice issued and served
upon him by the Engineer and to complete the work in Two Hundred Ten (2110) consecutive
calendar days including delivery time for materials and equipment,
For the purpose of reimbursing the County foradditional costs incurred by . the County and
resulting from the failure of the Contractor to complete the work within the prescribed time limits,
it is understood that the reductions for liquidated damages whiph are specified in the General
Covenants and C . onditions will apply in the event that the work is not completed within such time
limits.
1f Ordinance 90-143 applies to this project (Supplemental General Conditions and Wage and
Benefit Schedules are Included Within these documents) the Contractor by submittal of this
Quotation, acknowledges that he is aware of the applicability of Ordinance 9D-143 and agrees to
Comply with the minimum wages and other provisions.
iThe list of parties interested in this Quotation, the listof equipment, references, and financial
statement are to be furnished to assist the County in making the award of the Contract and they
shall b6 true and correct.
Please fill in number of last addendum received., (if none, so state.)
ER 15865 (Add, #2) Page 2 of 3
WHEN THE CONTRACTOR IS. A CORPORATION:
(CORPORATION SEAL)
ATTEST
(Nary
0
(S�cr a") (Sic
jb&6 1\4, A11/0r-64- itsy-- A4, A va rz
(Print or type name) (Print or type name)
(Official Title)
AdYressj,,,,
-155375
(Telephone)
Organized under the laws of the State of F1 ' or'jda, and ' authorized by the law to make this quote
and perform all work and furnish materials and equipment required under the Contract Documents.
In the event that the Contractor is a corporation; there shall be attached hereto a certified copy of
a resolution of the. Board of Directors of the Corporation authorizing the officer who signs the Quotation
Form to do so in its behalf.
ER 15865 Page 3 of 3
VY VV VV.DLu1u1z1.V1'g - "eparrment of Mate Pagel of
Home Contact Us E-Filing Services ---- ------ --Document Searches Forms H
Previous on List Next on List Return To List
Events Name History
Detal"I Dby FEI Numbei
Florida Profit corporation
Information
Name & Address
Title D
ALVAREZ, JOSE M
10741 S.W. 30TH STREET
http://www.sunbiz.org/scripts/eordet.exe?action7—DETFIL&ina doe nurnber--
- - --u--jis - j—PLirLment or brate
MIAMI FL 33165 US
Report Year Filed Date
2006 03/24/2006
2007 04/04/2007
2008 01/14/2008
W �
Previous on List Next on List Return To Lis
Events Name- History
Home Contact us Document searches E-Filing Services Forms Help
Copyright and Privacy Policies
Copyright @ 2007 State of Florida, Department of State.
Page 2 of 2
http://www.sunbiz.org/scripts/cordet.exe?action=DETFIL&inq_doc-nurnber--PO2000l040... 1/15/2008
.
PIPE LINE ENG
0007
' MIAIM I- ODE-
0009
EXCAU& GRADING ENG
0010
LAND CLEAR &GRUBY
Construction 'Trades –_—'
BUSINESS CEPWICATE OF COMPFFtNCY
. _,. Date: 09^30/2009
ALVAREZ JOSE M
]Vx ENGINEERING CONTRACTOR INC
D.8.&:
Isccmned under oe,nmvisloniWchapteror 'of nmml-D^deCounty
QY&UF�11\1 TRADEf�
OD03
PIPE LINE ENG
0007
PAVING ENGINEERING
0009
EXCAU& GRADING ENG
0010
LAND CLEAR &GRUBY
`
1-ferminlo F. Gonzalez P:E.
– -- --- __–_---
`
`A^ COLLECTOR -
�
140 W. FLAGLER ^..�
14th FLOOR
IVIIAMI, Ft. 33130
~
492516-1
2007 LOCAL BUSINESS TAX RECEIPT 200a F
FIRST-GLASS
MIAM)-DADE COUNTY - STATE OF FLORIDA U
U.S. POSTAGE
i EXPIRES SEPT. 30,2008 P
PAID
PURSUANT tO COUNTY CODE CHAPTER SA -
MIAMI, FL
- A
PERiinrr NO. 231
R
RENEWAL
'
9766 CORAL WAY | 23
33165 UNIN DADE COUNTY|
1
'Ja ENGINEERING CONTRACTOR INC
sL
TY
TI-IIS IS ONLY A LOCAL
COF.� NOT PERMIT THe
HOLDERTOVIOLATr ANY
EXISTING OR REGULATORY
(41 ZONING LAWS OFTHE
CO' 01TV OR NOR
101.111111f) By LAY1.11-115 IS
N01 * A CERTIFICATION OF
*11 IE QUA LIFICA
NUAIVI)-VADI! COUNTY TAX
'--'0IO/02/2007
02270019001
OUOO82'50
SEE OTHER
ENGINEERING
DO NOT FORWARD
Jvo|EwaImEEKImauu0UKACTOK INC
JOS2 M ALVAREZ PRES
976 SW 24 ST #23
MIAMI FL 33165
| .2007 000x FIRST-CLASS
TAX COLLECTOR 140 W. FLAGLER 14th FLOOR sT � U.S. poa�n��
| . ~,,. ., . .,
M»vMp�oo/uo ~�� =
\ ,
�� PERMIT NO. 231
LICENSE NO. -30-5141858 CCI NO: E221300
m HEREBY uc17wSeo TO. oo
BUSINESS NAME /LoC/T{0N K;N�r��LL��Nt�PAY
''~ BUSINESS ASxCONTRACTOR
JVA ENGINEERING C0NTRACT R INC xa SPECIFIED Hsneow
9766 C0RALN8Y i �
OWNER :JVA ENGINEERING CUNTRACTOR INC
SEE BACK OF RECEIPT FOR SPECI4LTY ENGINEERING CONTRACT
A LIST OF NON-PARTICIPATkN8I MUNICIPALITIES / �
Receipt holder must DO NOT FORWARD
register in the =y JVA ENGINEERING CONTRACTOR INC
where work mmue
JOSE M ALVAREZ PRE3
done.
9766 SW 24 ST #23
MIAMI FL 33165 CNTY TAX
PAYMENT RECEIVED
~~^U70�/2OU7
02270019002 /
|
000250 .00 ` ' |' 'i '' ''' ''i 'i ` ) ' ' '' 3�/
vxo`/ nmnosmovmmm.u:mmmmxom
!
.
}
�
°` `® rnr CERTIFICATE LIABILITY I DATE (MM /DDIYYYY)
12/21/2007
PRODUCER 305-222 9001 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
MORGAN INSURANCE GROUP ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
13155 SW 42ND ST HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
13155 NW 42ND ST ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
MIAMI, FL 33175 INSURERS AFFORDING COVERAGE NAIC #
INSURED INSURERA: SCOTTSDALE INS COMPANY
JVA ENGINEERING CONTRACTOR INC INSURERS: TECHNOLOGY INS COMPANY
9766 SW 24 ST #23 INSURERc: LINCOLN GENERAL
MIAMI, FL 33165 INSURER D:
1 INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSRWDD'q
LTR
NSRDI
TYPE OF INSURANCE
POLICY NUMBER
POLICYEFFECTIVE
POLICY EXPIRATION
LIMITS
GENERAL LIABILITY I
EACHOCCURRENCE
$ 2,000,000
A
X COMMERGIALGENERALLIABtLITY
CLAIMS MADE ® OCCUR
GLS1373052
6 -1 -07
6-1-08
PREMISES Eaoccurence
_$ 300,000
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$ 1,000,000
1E
GENERALAGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMITAPPLIES PER:
PRODUCTS) COMP /OP AGG
$ 2,000,000
POLICY PRO' LOC
C
AUTOMOBILE LIABILITY
X ANYAUTO.
PAP2395010707
7 -10 -07
7 -10 -08
NGLELIMIT
(Ea accident) SINGLE
$ 1,000,000
BODILY INJURY
(Perperson)
$
ALL OWNEDAUTOS
SCHEDULEDAUTOS
BODILYINJURY
(Per accident)
$
X HIREDAUTOS
X NON)OWNEDAUTOS
PROPERTYDAMAGE,
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY) EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
EXCESS
/UMBRELLA LIABILITY
EACH OCCURRENCE
$ 5,000,000
A
OCCUR 1:1 CLAIMS MADE
XLS0044031
6 -1 -07
6 -1 -08
X1
AGGREGATE
$ 5,000,000
$
$
DEDUCTIBLE
$
RETENTION $
B
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETCRIPARTN ER /EXECUTIVE
OFFICERIMEMBEREXCLUDED?
TWC3125021
12 -13 -07
12 -13 -08
WC STATUS 0TH,
X TORY LIMITS ER
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE: EA EMPLOYEE
$ 1,000,000
If yes, describe under
SPECIAL PROVISIONS below
E.L. DISEASE r POLICY LIMIT
$ 1,000,000
OTHER
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
CERTIFICATE HOLDER IS ALSO ADD'L INSURED
CERTIFICATE
SHOULD ANY OF THE ABOVE DESCRIBED
MIAMI -DADE WATER & SEWER DEPARTMENT DATE THEREOF, THE ISSUING INSURER
3071 SW 38TH AVE NOTICE TO THE CERTt E /HOLIIN DOUGLAS BUILDING IMPOSE NO OBLI TON MIAMI, FL 33146 RPPRPCPNTA J
ACORD 25 (2001/08)
ES BE CANCELLED BEFORE THE EXPIRATION
IDEAVOR TO MAIL 30 DAYS WRITTEN
3 THE LEFT, BUT FAILURE TO DO SO SHALL
KIND UPON THE INSURER, ITS AGENTS OR
ORD CORPORATION 1988
AIA Document A31#
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, THAT WE JVA Engineering Contractor, Inc.
9766 S.W. 24th Street, Suite 23, Miami, FL 33165
am Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America
One Tower Square, Hartford, CT 06183
a corporation duly organized under the laws of the State of
es Surety, hereinafter called the Surety, are held and firmly bound unto Miami-Dade Miami-Dad County Water & Sewer Department
3071 S.W. 38th Avenue, Miami, FL 33146
as Obligee, hereinafter called the Obligee, |n the sum wf Five Percent of Amount Bid
Dollars ($ 596 ).
for the payment of which sum well and truly to be made, the said. Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal hosgubnitt*dabidhnr Install of 24 inch DI water main at S.W. 296 St. and S.W. 162 Ave.
with C-103 Canal Crossing
N[W,lOREREF{]RE.ifthoCJbOonwsheUacceptthnbidnfthapMnchpa|mndthePhnnpa|eUeUentarintoeContn*ctvvith
the Obligee inacuordancevviththetenneofaucUbid.am1QkmeuchboOdorhondeasn)aybe specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay tothe Obligee the difference not to exceed the
penalty hereof between the arnountmpe�fiedin said bid and such larger amnountfor vvUioUthe OhUgemmomyin good fmUk
contract - with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain |n full force mnC-offeot.
9th day of
neeri
Pw% �Ao"t
Travelers C;p,%wJtT)an
Surety Company of America
Attomey-in-Fact Charles J. Nielson (Tiff e)
AIA DOCUMENT A310 0 BED BOND 0 AIe0 FEBRUARY zvro ED. 0raE, AMERICAN
INSTITUTE OF ARCHITECTn1T���AVE.,�M;., WASHINGTON, �C.o0006
M
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
Attorney -In Fact No. 219156
THE RED BORDER
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 -- 8 10 5 5 9
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and
Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that
the Companies do hereby make, constitute and appoint
Charles D. Nielson, Charles J. Nielson, Mary C. Aceves, Warren M. Alter, David R. Hoover, and Gicelle Pajon
of the City of Miami Lakes State of Florida their true and lawful Attorney(s) -in -Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in theirrA�usipess of guaranteeing the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or pe t[ediin ar7 ons o proceedings allowed by law.
: -00 1 s 25th
IN WITN S pie WHEREOF,
day of
the Companies have caused this ins erii to•lTe sjgne d th �c . o&ate seals to be hereto affixed, this
2007
Farmington Casualty Cq npa?! fi St. Paul Guardian Insurance Company
Fidelity and Guaranty 4surane aortipany St. Paul Mercury Insurance Company
Fidelity and Guaranty nsufl4i_l'°�e'IJnderwrlt�rs, Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
GhSUq< Jtr�I/. J` .�'....'L% �,Y ANO b` % HACONN. court. S C
State of Connecticut
City of Hartford ss.
By:
Georg Thompson, enior ice President
t
25th September 2007 before me personally appeared George W. Thompson, who acknowledged himself
On this the day of P Y PP g P
to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.,
Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of .America, and United States Fidelity and Guaranty Company, and that he, as such, being
authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
r"'T
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2011. A LfG 14
58440 -5 -07 Printed in U.S.A.
Marie C. Tetreault, Notary Public
I
W90MM=
October 3, 2007
7
!0— ALL PREQUAI IMED QICc 7040 CONTRACTORS:
In accordance with Section 2.31 of the SPECIAL CONDITIONS of Contract No. CICC-70 40-0/07
1 ,
the documents for the above referenced Project are hereby amended as follows:
1. To the Plan Sheet P-06 OF 6, Drawing No. W_ 17484 -A, insert th
Concrete Stab Detail, Drawing No. W_17887-C e attached Reinforced .
Charies'A. Smith, P.E.
Supervisor, Specifications Section
Attachment:
Drawing No. W-17887-c
ER 15865 (Add.#I) Page 1 of 1
DEC-27-2007 THU 10:14 AM
FAX NO,
C11S - RPQ - ADDENDUM PRINT Thursday, December 27, 2007 - 8-47:36 AM
RPQ No:
T0950
Project
SW 296 St and
Location:
SW 162 Ave
Site Meeting
12/19/2001
Date:
Project
120 Days
Duration'
P. 01/16
Page I of 1
Project Title: Install of 24'inch DI water main at SW stSand SW 162 Ave with C-103 Canal crosing
Bid Due Date: 1/9/2008
Project Manager: Miguel Hernandez
Site Meeting Time: 10,00 AM
Bid Due date has been extended until January 16, 2008 @ 11 :00 am in room 108 at our Douglas
Building (3071 SW 38 Ave.)
All else remains the same. This document must be signed and returned as Part of your RPQ respons,
Failure to return this document signed may result in your RPQ Response being rejected as non-
responsive.
Name of Contractor: ., JVP' G — I'd
Name of Individual Authorized to Sign: j-ek7nq
Title,
SignE
�SetRpQ=T0q50&Se— 12/27/2007
litt-n://intra.i-niwnida de. izov/ciis/MCC/-frmM.CCADDF,NDMPrint,asp.
L)LU-L f -CUU ( I nu 1 u. I q H)l hfix Nul P. 02116
MIAMI-DADE COUNTY FLOR16A
MIAMI-DADE WATER AND SEikER DEPARTMENT
INSTALLATION OF 2WD.I. WATER MAIN
C12,0SS ING THE C-1 03 CANAL AT S.W. 296 ST. AND S.W. 162 AVE.
Ms
In accordance with Section 2,31 of the SPECIAL CONDITIONS of Contract No. CICC-7040-
0/07, the documents for the above referenced project are hereby amended as follows:
1 To QUOTATION, delete Pages 1H of 3,11 of 3,11 of 3 and Page of 3 in their entirety
and substitute therefore the attached Quotation Pages 1H of 3, 11 of 3,1J of 3 and
Page 2 of 3, each marked "ER 15865 (Add. #2)" in the lower left corner.
2. To the TECHNICAL SPECIFICATIONS, Page 5, Section 3.00 "Sequence of
Construction and General Notes", below General Note 3 add the following-,
114. The soil borings done forthis projectindicate the presence of hard coral
rock, see Appendix G.
The Maintenance of Traffic Plan included In Appendix M does not Show
a road closure. However, when installing pipe near the bridge a
temporary road closure is needed since the pipe Installation will. be 4
feet from the centerline of the road. The Contractor shall prepare a
maintenance of traffic plan and include in his prices bid all costs for
steel plates, nightwork, MOT preparation, off-duty police and other Items
needed to perform the work. No additional compensation shall be
I
ER 15865 (Add, #2) - Page 1 of 5
Vtu-G(-euuf IHU 1u; 10 Hrl h AX NU,
provided by the Department,"
3. To the SPECIFICATIONS, on Page 16, delete Section 4.01 WATER USED IN
CONSTRUCTION in its entirety and substitute therefore the following:
"4.01 WATER LISMj�* - •
V or flIpID110wing construction
ER 15665 (Add-42) Page 2 of 5
V. UY 1 u
vtu—,C I'euu ! I HU I U i 10 HP h MX NU, N. 04/16
with Now Business Office. s_ requirement may also apply to I somemunicipal
areas of Dade County.
Under no circumstance shall the Contractor utilize a water source,
including existing piping, until such source or piping has been approved for
use by the Department."
4, To TECHNICAL SPECIFICATIONS, beginning on Page 19, delete Section 5.00.2
"Project Record Documents" in its entirety and substitute therefore with the attached
Section 5.00.2 "Project Record Documents ", 5 Pages.each marked (Add. 2) in the
lower left corner.
5. To TECHNICAL SPECIFICATIONS, Section 6.10 "Cleaning, Testing and Disinfecting ",
Page 74, below the second paragraph, delete the number in the denominator of the
allowable leakage equation "133,200" and substitute therefore with the number
11148,000®'.
6. To TECHNICAL SPECIFICATIONS, Section 8.00 "Measurement and Payment", make
the following changes:
A. Page 84,after the first paragraph of the measurement and Payment Section
add the words, "The Contractor will be paid each month the value of the
work completed during the preceding month (less retainage) and the
invoiced cost Including applicable sales taxes and shipping value (less
retainage) of materials not already used, butwhich have been furnished
by the Contractor under the specifications, provided thatsuch materials
have been delivered, properly stored and inspected by the Engineerand
that paymenttherefor has been satisfactorily certified by the Contractor
to the Engineer. Remaining cost for materials (less retainage) will be
FR 15865 (Add. #2) Page 3 of 5
DEC -27 -2007 THU 10:1b AM FAX NO, F. U6/ 16
paid at the samO time as installation- Any payment for materials which
are not used will be Withhold from the final payment."
B. Page go, delete the line which reads "Item N0,26, SUBTOTAL, the sum Of
Items I through 24." and substitute therefore with the words "Its mNo- 25, NOT
USED
C. Delete Pages 91 and 92 in their entirety and substitute therefore with the
attached Pages 91 and 92 each marked "ER 15868 (Add. #2)" in the lower
left corner.
Several questions were raised during the Mandatory Pre-Bid Meeting and Site Visit,
corresponding answers are provided below:
A. Question: Can the time of construction be increased to 210 days?
Answer: The time of construction has been increased-to 210 consecutive
calendar days in this Addendum.
B. Question: Who is the owner of the adjacent property? Have they been
contacted about the project?
Answer: The Homestead Housing Authority owns the property on both
sides of the canal the Y, d Authority manager of site was contacted on 12/19/07 after
the site visit.
C. Question: Can access to the construction site be obtained through the
adjacent. property? Authority manager had no objection to
Answer; The Homestead Housing
facilitating the WASD project. The name and phone number of
the Homestead Housing Authority manager is included in this
Addendum, The Contractor is responsible for obtaining any
staging areas and securing final permission from the Homestead
Housing Authority to utilize their property to access the site for
the construction operation.
D. Question: is there a schoo�atcenterh dpertyAnswer: There is a learnig for the children of migrant workers
leased to a community service agency by the Homestead
Housing Authority. The learning center is confined to thefenced
area where the four portables are located.
E. Question- is a temporary fence required around the construction site
because of the s6hool?
Answer: The Homestead Housing Authority indicated that the learning
center is confined tothe fenced inn
center they lease and do not use
ER 15865 (Add, #2) Page 4 of 6
DEC-.27-2007 THU 10:16 AM FAX NO.. PI 06116
F. Question:
. Answer:
the adjacent field, However, the Contractor shall irnplement site
specificsafety measures in accordance with all applicable local,
state and federal regulations. -
The storm drainage culverts are in poor condition and may need
to'be replaced when the pipe is installed underneath. Howwill the
Contractor be compensated for this work?
The Department has contacted the South Florida Water
Management District to determine if the culvert is still in use and
what are their specific requirements in this case. A response is
expected by the firstweek of January and will be provided to the
Bidder's by Addendum.
I I
b
Charles A. Smith,
Supervisor, Specifications Section
Attachments:
Quotation Pages 1 of 3, 11 of 3,. 1 J of 3 and, Page 2 of 3 (4 Pages)
Technical specifications Page 91 and Page 92 (2 Pages)
Section 5.00.2 Project Record Documents (5 Pages)
5R 16865 (Add. #2) page 5 of 6
DE.C-27-2007 THU 10:19 AM FAX NO,
SPECIFICATIONS
page g furnishing traffic control, will be paid for from the aggregate sum amount
_1tem No. 2ti, For fum such amount represents the amount the Contractorfeels
established by the Contractor for this purpose, en
tr necessary provide sufficient gmeig,sg affic and maintaining Safety, 131'eParation of Maintenance of Traffic Plan, and/or off-duty police
officers, during all times of warden and othertimes as directd by FDOT te Deartment of PublicWorks
Traffic Engineering Division and y other governing authoreity. Any port, ion h of this fund remaining after all
authorized payments have been
e will remain with the Contractor. Conversely, no requests for
mad
additional payments Will be approved,
Payment to the Contractor . under this item will be by monthly percentage corresponding to the
percentage of the Project's work items completedand paidforeach month, as approved bythe Engineer.
item I No27, For performing preparatory work and operations In mobilizing for beginhingthework
of the Project, but excluding materials anti permit costs, both of which are paid under other payment
items, shall include, but not be limited to; those operations necessary for the movement of personnel,
equipment, supplies and incidentals to the Project site and for the establishment of temporary offices,
buildings, safety equipment and first aid supplies, sanitary and other facilities; the costs of bonds, required
insurance and other preconstruction expense but excluding the actual cost of permits, which are paid
e account and excluding the cost of materials which are paid under,
under a separate dedicated allowano
another bid item(s),
The mobilization item will be paid forin two (2) separate payments, each y fifty () pof the amount bid for this item. The two Will be made with the first two, respective payment draws and
is conditioned upon progress satisfactory to the Engineer being made pursuant to the accepted Project
schedule.
the total amount of the two partial preayments may not exceed ten uponogintwill be paid n completion of all work
Subtotal of the bid items (Bid Item No. 28). Any maining amou
on the Project. Retaina9p, as specified in the Special Conditions will apply to these payments,
It9M N0,_2
SUBTOTAL, Ellid Items I through 27.
Item No. 29 DedicaladAlIpwance, This item establishes a fund for reimburseent of thmbursethe
e cost
of all required construction permits and fees, if authorized by the Engineer. Payment5hall m rei
construction permit and fee. Any question of whether a construction
Contractor for only the cost of the co gineer whose word shall be f I inai. Anrtion of this
permit or fee is required shall be decided by the En been made will remain with the Co ounty.
fund remaining after all' authors payments have
Item 30 Contingency Allowance.
forUnforeseen cnditios, minor-construction canges and
Quantity Quan Adjustments, additional work not covered by other o items, n if Ordered by the Enghineer.
This account is for all labor, materials, equipment and services necessafor modiconflification orextra
f unforeseen conditions, unscrew en cts between
work required to complete the Project because o 8
existing elements of work and the proposed work; for minor changes required to resolve any unfores en
I and Products Development, Operational Changes,
conditions, Revised Regulations, Technologica ergencles and Other Miscellaneous Costs*- and for
Schedule Requirements, Program Interfaca, Em of the Quotation to conform to actual
adjustments to estimated quantities shown on the unit prices _. t �En ln�eer.
quantities Installed; and associated time related to this work only I ordered �b
ER 15865 (Add. #2) -
DEC-27-2007 THU 10:19 AN FAX NO, P, 12116
SPECIFICATIONS
Page 92
Payment to the contractor under the Contingency Allowance items will only be made forwork
ordered in writing by the Engineer, in accordance with the Special Conditions and in accordance with
Section 2.83 of the Special Conditions "Extra Work and Payment Therefor". Any portion of these
accounts remaining after all authorized payments have been made will be withheld from Project
payments, and will remain with the County.
All credits due the Department maybe transferred to the Contingency Allowance to increase the
usable funds.
Unused funds in the various bid items of the Quotation may be transferred to the Contingency
Allowance by the Engineer to be used for completion of the work of the Project.
A non-compensable time extension shall be included in the Contingency Allowance work when
approved by the Engineer.
Note: Since Bid Rem Nos. 9, 10, 12, 13, 14 1 , 18, 19, 22, 23. and 24 are Contingent Items, and
because of the nature of the Dedicated Allowance Bid item No. 29 and the Contingency Allowance
Bid Item No. 30, they may or may not be used at the option of the Department. Any overrun or under run
provisions contained within the Project Documents shall not be applicable to these items. If one account
has been depleted and funds are available in the other accounts the Engineer may use some of the
available funds to complete the Project. Any portion of these accounts remaining after all authorized
payments have been made will be withheld from Project payments, and will remain with the County.
IteM_V,o. 31, TOTAL, The sum of Items 28,29, and 30.
IteM,32, Time Allowance Account. For unforeseeable conditions, minor construction changes,
for additional work not covered by other Quotation items, and quantity adjustments, if authorized by the
Engin"E:
The Time Allowance Account shown in the Quotation is the maximum number of time extension
calendar days which may be granted if authorized by the Engineer for the total length of the Project. If no
time remains In the Time Allowance Account, time shall not be granted except with authorization of the
Board of County Commissioners,
ER 15885 (Add. #2)
DE,0-27-200-( -1-HU IU,'2U AM P fix NU,
Section 6.00.2 (ConVd
5, For all projects, the contractor's FRLS shall record data as follows during the entirety of
construction.
a, For facility (e.g. a water or sewage plant, pumping station, or similar site if so
designated by IVI-D WASD) projects, record as-built dimensions and elevations
every twenty-five feet or portion thereof along the pipeline and at every abrupt
change in direction of the new-line.
b. For pipeline projects, constructed in the public right-of-way dimensions and
elevations every one hundred feet or portion thereof along the pipeline and at every
horizontal and vertical change In direction. fitting, service line, fire
c. In all cases record locations and elevations for each valve,
hydraht, water sampling point, utility poles adjacent to the proposed line, overhead
wires crossing the d ' itch line (approximate height above grade) and other
appurtenances along the pipeline.
d. The identity, dimensions, location a nd elevation of any existing utility crossing the
proposed line and so immediately adjacent to the new line as to be exposed by the
excavation shall also be recorded, Locate, excavate expose and record the same
data for any utility shown in the plans whose.or oximity to the proposed pipeline
could affect the certification requirements of the new installation. Note that in
instances of a very wide ditch due to ground conditions the recording of data for
adjacent, paralleling, utilities shall only be required for lines which come within
three feet of the outside of the pipe being installed unless otherwise ordered by the
Engineer who's decision shall be final.
Without di
exception, for all thrust blocks, the top elevation, outer menons
thickness of the block, length and location of ny sheet piling, if used, si shall , be
recorded by the Contractor's FIRLS.
f. Specific locations and elevation of equipment, the buildings and Miscellaneous
items installed inside them shall be recorded as applicable and as required by the
Engineer.
g. Without exception, where the substitution of another piece of equipment for that
shown on the Plans has been allowed, the footprint, clearance and elevation
dimensions'she(i be recorded by the Contractor's 'S FRILS and these changes shall
be accurately and thoroughly portrayed on the as-built plans.
h. The Contractor's Licensed Surveyor shall prepare from the field data, as-built
record drawings showing correctly, completely and accurately the installation,
embracing all changes and deviations made during constr uction, including all
construction variances, to reflect. the work as it was constructed.
i. Record Drawings shall be prepared as specified hereinafter.
if the Engineer determines that the Drawings are not acceptable, they will be
returned to the Contractor with th a.cover letter noting the deficiencies and/or reasons
for the disapproval. Contractor shall have ten calendar days to correct all
exceptions taken by the Engineer and resubmit as-built record drawings to the
Engineer for final acceptance.
_DRAWINGS
A. During the life of the Contract, maintain records of all deviations from the Plans and
Specifications and- prepare therefrom As-Built Record Drawih9s showing correctly a
accurate( all changes and deviations :3111,1011s. a! df:! durina construction to reflect the %Ainrk 2
ER 15865 (Add. #2) Page 2
DEC -27 -2007 THU 10:20 AM FAX K P. 14/16
"Mm
conduits ��nal �ndul'tus�inorr below the
��r �ln
n e accurate including.
that a
s are 0c cura ,
Record c t Ical
a m' 0 'u ' 9 1
r1 'o' 'Ors in n
aw . As -Built 'r 'a e
D h A -Bult R rd Dr w s co 0 1 !pin e c
t I Judi n b ildtegthe exp�sed and int ma P I ' e 0 co duit.
ng nc g u 8 t a d voltage n a h n
piping floor. SIZ . dep h n
con Indi
B. Legibly Mark to Record Actual Construction: All data as previously specified for all installations
by the Contractor's FRLS. For on-site structures and facilities work the Contractor's Florida
Registered Land Surveyor shall record:
1 Depths of various elements of foundation in relation to finish first floor and datum plane.
2. All exposed and underground piping and ductwork with elevations and dimensions and
locations of valves, pull boxes, etc. Changes In location, Horizontal and vertical locations
of underground utilities and appurtenances, measured from 2g[M_9nent reference points,
plant survey grids, property lines and similar.
3. Location of internal utilities and appurtenances concealed in the construction shall be
referenced to visible and accessible features of the structure. Air conditioning ducts with
locations of- dampers, access doors, fans and other items needing periodic
maintenance.
4. Field changes in dimensions, locations and details.
6. Changes made by Engineers written instructions or by Change Order.
6. Details not on original Plans.
7. Equipment and piping relocations,
8. Major architectural and structural changes in structures, including tanks. -
9. Architectural schedule changes according to Contractors record and shop drawings.
10. Record drawings shall be prepared as specified hereiriafter.
C, Specifications and Addenda: Legibly mark each section to record the following:
1. Manufacturer, trade name, catalog number and supplier of each product and item Of
equipment actually Installed.
2, Changes made by Engineers written instructions or by-Change Order.
D. Approved Shop Drawings: Provide record copies for system diagrams and drawings together
with each element of process equipment, piping, electrical system and instrumentation
system,
SUBMITTALS
A. Accompany submittal with transmittal letter in duplicate, containing:
1. Date .
2, Project title and number
3. Contractor's name, address and phone number
4. Title and number of each Record Document
s. Signature of Contractor or his authorized representative.
B. Record Drawings with five blue line copies-which have been signed and sealed by the
Surveyor shall be submitted to the M-D WASD for the Engineer's review, Drawings s . hall
ER 15865 (Add. #2) Page 3
VtU-e(-eUU( 1HU IU;el fir) I M NU,
I
Section 5.00.2AQontd
conform to recognized standards of drafting and the minimum technical standards as set forth
by the Board of Professional Surveyors and Mappers, shall be neat, legible and on 24 -inch by
36-inch mylar. These materials shall be submitted to the M-D WASD for the Engineer's
review as a prerequisite for payment during the course of construction as previously specified
and final, complete sets of documents within ten calendar days following the completion date
of successful testing of all mains, equipment and appurtenances under this Contract. Final
payment will not be made until the set of as-built record drawings and five sets of blue-line
prints have been approved and accepted by the Engineer.
1 In cases where a portion of a pipeline system or parts of a process system are put into
service, the above conditions shall apply for the in-service portion and monthly payments
shall be withheld until the as-built drawings are accepted by the Engineer.
2. AS-Built Record Drawings, as prepared by the Contractor's Florida Registered Land
Surveyor and submitted by the Contractor, shall comply with following criteria and
standards:
a) Title block must show the Contract or Project Title (as applicable); Contract
number; M-D WASD ER number; Contractor's name; Engineer of Record's name;
Surveyor's name and address; date; location; and where appropriate to the work,
size and type (I.e. water main, sanitary gravity main, sanitary force main) of main.
b) Baselines or centerlines must be tied to section corners, monument line and right-
of-way lines.
c) Pipeline must be tied to baseline or centerline With stations and offsets.
d) Baselines or centerlines must show bearings or deflection angles, or delta, radius,
chord and are length for curves.
e) Show all horizontal curve data, including point of curvature (PC) and point of
tangency (PT) stations or radial bearing.
f) Stationing must be the same as shown on construction drawings and must be tied
to Section corners, centerline Intersections and all other pertinent control points
within the Project, All such pertinent points ints shall have their stationing shown and
where there Is dual stationing for a point, both stations shall be called out.
g) Identify all streets by name or number and show stationing at all intersecting
streets.
h) Refer to vertical datum plane and identify the location, elevation and source
supplying the bench mark used.
I) Tie easement lines to survey baseline or platted centerline and right-of-ways.
j) Show h ' orizontal and vertical locations of all fittings, deflections, or at any significant
change of direction, and at a maximum of 100 -foot intervals along the pipeline for
off-site -(e.g. in the public, right-of-way) and at maximum 25-foot intervals for on-site
(e.g. on a facility such as a pump station or plant) work.
k) On all pipe fittings of 36-Inch diameter or over, ( i.e. tees, bends, crosses, wyes,
increase rsidecrea sers, bevels) elevations must be taken at the end and center
points to reflect the true elevation and attitude of the fitting.
1) Elevations of natural ground or pavement over the pipeline must be shown at each
position where the pipe elevation is shown and at intervening high and low points.
m) Manhole rim and valve box rim elevations must be shown.
n) Show all invert and bottom elevations in manholes and valve vaults or boxes. Show
all invert and bottom elevations together with pipe size, and where it can be
determined, pipe material, for existing structures having pipes which cross the
ER 15865 (Add. #2) Page 4
DEC-27-2007 'I'HU IU:21 AM FAX NO, F. 16/16
Section 5,011.2 (Cont'd)
pipeline being constructed,
o) Locations and elevations together with diameter, thickness and material of all.
casings.
p) Location, top and bottom elevations of all sheeting left in place.
q) Coordinate values used inside plants shall be the local, M-D WASD established
coordinate systems referenced to the property boundary.
r) State plane coordinate values (current readjustment) for all. new valves and
manhbles; on existing valves and manholes at points of connection or closest to
the point of connection and the point of connection Itself.
3. Certification: The Contractor shall certify on as-built record drawings all other actual
constructed details and Information as may be required by the M-D WASD including but
not limited to:
a) Valves must be identified by size, type, end condition; and on valves 16-inch or
larger, the manufacturer's name and number of turns required to open or close the
valve.
b) Show calculated pipeline percent of grade between manholes of gravity systems.
c) Types and sizes of sheeting and piling together with measured and complete;
location, dimensional and elevation data on any pile caps, fie backs, anchors,
whalers or other appurtenant structures left in place.
C. Drawings on Magnetic Media: The M-D WASD reserves the right to require submittal of as-
built drawings in AutoCAD for Windows Release 14 format or later. Graphical information '
contained ' on magnetic medial shall be the same as provided on plan sheets. magnetic media
shall be delivered to the office of the Chief, Engineering Division, Miami-Dade Water and
Sewer Department at 3575 S. LeJeune Road, Miami, Florida 33146 or by mail at P. 0. Box
330316, Miami, Florida 33233-0316. A letter of transmittal shall be provided, containing a list of
all files and data being provided.
ER 15865 (Add. #2) - Page 5