Loading...
JVA ENGINEERING CONTRACTOR, INC.rl* Road Resurfacing on SW 62 nd ST & SW 57 th ST Submittal Due Date-, September 20, 2013 at 10 AM CHARTERED OFFICIALS City Manager: City Attorney: City Clerk: Steven Alexander Thomas Pepe, Esq. Maria M. Menendez, CMC Capital Improvement Project Manager Jorge 11. Vera Capital Improvements Program City of South Miami "Excellence, Integrity and Inclusion" ;rz CITY OF SOUTH MIAMI '•,u Resurfacing SW� • ' ! e u f a RFP �� I � I� ! t i The City of Sou th Miami, Florida (hereinafter referred to as " M") through its chief executive officer (City Manage``) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request for Proposals" or "UP"), All references in this Solicitation (also referred to as an "Invitation for Proposals ") to "City" shall' be a reference to the City Manager, or the manager's designee, for the Oty of South Miami unless otherwise specifically defined. The City is hereby requesting sealed proposals in response to this RFP F- 013 -08 titled "Road Resurfacing of SW 62d ST & 57`r' ST " The purpose of this RFP is to contract for the services listed in the Scrape. of Services in accordance Section No, 2 "Plants and Specifications" (hereinafter referred to as "the Project" or "Project „) Interested persons who wish to respond to this RFP can obtain the complete RFP package at the City Clerk's office Monday through Friday from 9,00 A,M. to 4.40 RM, or by accessing the following webpage: http://www.southmiamifl.gov/ which is the City of South Miami's web address for solicitation information, Proposals are subject to the Standard Terms and Conditions contained in the complete: RFP Package, including all documents listed in the RPP Table of Contents. Maria Menendez, CMC City Clerk City of South Miami tpepe02 -1 - € Page 2 of 6 6114C*32*01 aUr44;" Scope of work involves performing road resurfacing work on selected streets within the City of South Miami and shall comply with applicable standards, including but not limited to the FDOT, Miami Dade County Public Works standards. Work covered under this contract shall also include and is not limited to maintenance of traffic, milling, clearing and grubbing, asphalt placement, retro reflective pavement C, markers and striping. The selected streets designated for resurfacing are as shown below.- 1. Asphaltic Concrete — Type S-3 (maximum 1/4"under tolerance) a. }.T, No recycled asphalt, 20OLb.Hubbard field. 2. 8" compacted limerock base can l2" stabilized sub grade (98% max density). Plans not applicable — I I * Z The current estimate to complete construction of the project is 30 days substantial completion; 45 days final completion from issuance of Notice to Proceed. This is an estimate and the public bidding process will determine the actual construction cost. A Performance and Payment Bond is required for the full amount of the project tpepe02-18-13 Page 3 of 68 No Event Date Time I (EST) !Advertisement/ Distribution n of Solicitation & Cone of Silence begins 08/2812013 [:Go P 2 Mandate Pre -RFP Meeting 09/1212013 1 10.00 AM Deadline to Submit Questions F 09/17/2013 10:00 AP I i 4 ( I 13eadline to City Responses to Questions 09/19112013 10:00 AM S L ead ine to Submit RFP- Response 0912012013 0.00 AM 6 E I Announcement of selected Contraclorl a e rf Silence ends 1011 /20 13 100 F'I'B t epe 2 -1 -13 Page 4 of ■ e ' ■. ., „ , pe 02dGG Page s96a tpepe02-18-13 Page 6 of tpepe02-18-13 Page 7 of ssi n the Respondent 23. E ai ation of Proposals: The City, at its sole discretion, reserves the right to inspect the facilities of any or all Respondents to deter-mine its capability to meet the requirements of the Contract In addition, the price, responsibility and responsiveness of the Respondent the financial position, experience, staffing, equipment, materials, references, and past history of service to the City and/or with other units of state, and1c r total tpepeO2-18-13 Fags 9 of 68 rpepe02-18-13 Page 10 of 6 •.1 This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified in an addendum to this RFP, The response shall include the following itemw # e # # Required Condition of Award and Prior # the Contractor Notice to Proceed. Not i # with Submittal. Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. tpepe02-118-13 Page I I of Bid Form NIA Proposal Bernd NIA Performance Bored As a Condition of Award; Not Required *See Note With the Submittal) Below Respondents Qualification Statement Non-Collusion Affidavit e„� Pt. Public Entity Crimes and Conflicts of Interest x Drug Free Workplace $ Acknowledgement of Conformance with OSHA Standards IL List of Proposed Subcontractors and Principal Suppliers Related Party Transaction n Verification Farm c` `z Indemnification and Insurance Documents # e # # Required Condition of Award and Prior # the Contractor Notice to Proceed. Not i # with Submittal. Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. tpepe02-118-13 Page I I of Steven Alexander City Manager City of South Miami 130 Sunset Drive South, Miami, FL 33143 Addendum No. Dated: v 12,1 /' Addendum No, Dated: Addendum idea. Gated: Addendum No. Gated: Addendum No, Gated: Addendum No. Gated: b Respondent has familiarized himself with the nature and extent of the Contract Documents, the t epe 2 -1 a 13 Page 12 of d. Respondent has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and, if any conflicts, errors or discrepancies have been found and notice given, the Respondent represents, by submitting its proposal to the City, that the Respondent has received sufficient notice of the resolution thereof from the City, that such resolution is acceptable to Respondent and that the Respondent waives any claim regarding the conflicts. errors or discrepancies. LOCATION #!PRICE: $- 119,700.00 LOCATION #2 PRICE: S 214,700.010 TOTAL PRICE: Fort-y Four Thousandi Font Hundred dollars and Z. e r o cents $44,400.00 Alternates: #1 #5 #2 #6 4 #7 1-4 -4 tpepe02-18-13 Page 1 3 of 68 A fee breakdown, if applicable, for each task must be completed in the table shown above. Failure to complete this information shall render the proposal non-responsive. 5, The ENTIRE'. ORK shall be completed, in full, within 45 days from the date stipulated in the NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result in the assessment of liquidated damages as set forth in the Contract 6, Communications concerning this Proposal shall be addressed to- 7, The terms used in this Proposal vvhich are defined in the Contract shall have the same meaning as is assigned to them in the Contract Documents, unless specifically defined in this RFP Package. SUBMITTEDTHIS 220--h IAA OF Sept-ember 20_Lj_ PROPOSAL SUBMITTED BY: j,,,,A Eaeri-leerinT, Cont-ractcir, I-1c. 310 S — 6 9 6 — 7 '9 n ? Company Telephone Number JOS4 M. Al-va--ez --------- J� dame f Person. Authorized to PRESIDENT Title 405-696-7,903 Fax ­Number��� n Email Address END OF SECTION tpepe02-18-13 Page 14 of 68 STATE OF FLORIDA COUNTY OF MIAMI-DADE I IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seats this day of in _' the name and the corporate seal of each corporate party being hereto affixed and these presents being duly signed by its undersigned representative. tpepe02- IS- 13 Page IS of 68 SECOND PAGE OF A TWO (2) PAGE PROPOSAL BOND IN PRESENCE OF: EUMM Secretary M 'Impress Corporate Surety Seal (Seal) tlnclividua ar PartnersHp Fir €ncipal) (Business Address) (itylStatelip) (Business Telephone) (Corporate Surety)* M —Q NI Surety companies executing bands 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.. 0 tpepe02-18-13 Page 16 of Factor Rec Proceed. Not Required with Submittal) 'WHEREAS, Contractor has entered into a Contract, for the <(PRO)ECTc, awarded on the - day of 20-, under Contract Number by the City for the construct, n of (brief description of the Work) in accordance with drawings (plans) and specifications prepared by NjA which Contract is hereby made a part hereof by reference, and is hereafter referred to as the "Contract" tpepre-02-18-13 Pace 1 7 of 68 (Individual, President, Managing Member or Genera, Partner, etc.) (Business Address) (City/State/Zip STATE OF FLORIDA (Business Telephone) � COUNTY OF MIAMI-DADE sm On this, the day of , � , before me, the undersigned notary public of the State of Florida, the foregoing perlorrssance bo d vas acknowledged by (Corporate {:officer), _ (Title), of dame of Corporation), a (State of Incorporation) corporation, on behalf of the corporation. WITNESS may hand and official seal. Personally known to me, or Personal identification: Type of Identification Produced Did tape an oath, or Did Not tape an oath, Notary Public. State of Florida (Name of Notary Public: Print;, Stamp or Type as commissioned,) tpefse02-18-13 Page 18 of FORM OF PAYMENT BOND (Required as a Condition • Award and Prior to the Contractor Receiving a Notice to Proceed. Not Required with Submittal) That. pursuant to the requirements of Florida Statute 255.01, et seg., Florida Statutes, we, whose business address is and whose EHHHIIIVN�� Ondfividual, President, Mana&g Member or General Partner, etc,) (Business Telephone' SECOND PAGE OF A T`VV0 PAGE PAYMENT BOND WHEREBY IS THE PRINCIPAL AND IS THE SURETY IN THE PRESENCE OF: iNSURANCE COMPANY,- BY,- (SEAL) (Agent and Attomey-in-fact Signature) (City/Stavc/Zip (Business Telephone) STATE OF FLORIDA COUNTY OF MIAMI-DADE On this, the — day of 20 —, before me, the undersigned notary public of the State of Florida, the foregoing payment bond was acknowledged by (Corporate Officerl, ffitle), of (Name Corporation }. a (State of Incorporation) corporation, on behalf of the corporation, 'VITNESS my hand and official seal, Notary Public, State of Florida (Name of Notary Public: Print, Stamp o Personally known to e, car Type as commissioned,) Personal identification, Type of Idenuficarjon Produced Did take an oath, or Did Not take an oath, 'Power of Attorney must be attached, END OF SECTION tpepe02-18-13 Page 20 of 68 2, last the last three 3) completed similar projects. l NW 143rd St. Drainage & Roadway mpro r, Project amt:;. Owner lame: City oc a Owner Telephone: 786-382-7917 Original Contract Completion Time r (Days): Days Original Contract Completion gate: August 2 t.J s 2 Actual Final Contract Completion Date: May 2012 Original Contract Pace. 468,644.80 Actual Final Contract 'rice: , 6 4 4 . % ' F) Project Name: Perrine Cutler Ridge Watermain Imp. Owner Marne: Miami Dade r urn' S D OnmerAddress. 30741 SW 38th Ave., Miami, FL 33146 t epe 2 -1 -13 Page 21 of 68 Owner Telephone: -1 86-5-5-2-01-142 Original Contract Completion Time -� Da (Days): 3 6 5 - n, S Original Contract Completion Date: Augus" 2012 Actual Final Contract Completion Date: March Original Contract Price: S = 25 Actual Final Contract Price S 2 , 2 _5 4, , I, Ci 3 . 1 C) Project Narne- Kin-loc'- Storm S -c— Owner Name- C-itv of M�aM4c Owner Address: 444 t ,,W -2nd Ave. , M-J'a-rn- FL Owner Telephone: 305-250-54-30- Original Contract Completion Time (Days): 36rJ Da-,Ils Original Contract Completion Date: March 2012 Actual Final Contract Completion Date: November 201-1 Original Contract Price: $ 8981,620 Actual Final Contract Price. $ 7817,620 tpepe02-18-13 Page 22 of 68 3. Current workload pi*d Name • Black Creek Trail Segment 3�5 755 -7830 $ 1,- 454,373 Citywide Storm 'SeuFer'' City of Miami Repair Public Works _ 305 -415 -1 295 $ 595, 855.00 Miami River Grenwa, City of b ^iami 786-2163-2133 $ $ 895, 8180 .25 C. Village of P�necres Bock Garden Lane Village 315- 234 --3121 $ 1,012,000.00 :Y a ... 9. 4. The following information shall be attached to the proposal. a) RESPONDENT's home office organization chart SEE ATTACHED b) RESPONDENT s proposed project organizational chart SEE ATTACHED c) Resumes of proposed key project personnel, including on -site Superintendent SEE ATTACHED S. List and describe any: a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, NONE b) Any arbitration or civil or criminal proceedings, or NONE Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (S) years NONE I. Government References: List other Government Agencies or Quasi - government Agencies for which you have done business within the past five (S) years. Name of Agency: MIAMI DADE COUNTY -WASD tpepeO2 -18 -13 Page 23 of 68 Address: 3071 SW 38th AVENUE, MIAMI, FL Telephone No,: 736-552-8142 Contact Person: Nelson Cespedes Type of Project: Various-See attached Past Performance Detail Name of Agency: Citv of Hollywood Ad&mE 2600 Hollywood Bi-vd., Hollywood, FL 33157 Telephone No,: 9­56-805-3681 Contact Person: Clece Aurelus Type of Project: 8 "termain and Site Restoration Name of Agency: City of Opa-1o= ka AJ&wY 720 Fisherman Street, pa-locka, FL Telephone No,: 726-382-7917 Contact Person: Moha=n.ad Nsir b4 Type of Project: Multiple Pro4ects over 1.5 million tpepe02-18-13 Page: 2 4 of 68 STATE OF FLORIDA COUNTY OF MIAMI-DADE Jose M. 1°3arez being first duly sworn-, deposes and states that- 0) l- e/She ey is/are the s - e (Owner, Partner, Officer, Representative or Agent) of the Respondent that has submitted the attached Proposal, Signed sealed and e4ivered in the presence of. f S� .W By- Signature attire Print Name and Title 09/220,r'2013 Gate tpepe02-28­13 Page 25 of 68 A NQ��� STATE OF FLORIDA NOTARY PUBLIC: SEAL OF OFFICE: 6: 1813 awe 4a f acne of Notary Public. Print, Stamp or type as commissioned.) Personally known to me, or Type of Identification Produced Did tale an oath, or [did Not tape an oath. The award of any contract hereunder is subject to the provisions of Chapter 11, Florida State Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner, assoc €ate or agent who is also an officer or employee of the City of South Miami or its agencies. s This sworn statement is submitted to [print name of the public entity] by joe M. Alvarez [print individual's name and title] for UJVA Enarineerina, Contractor, Inc. [print native of entity submitting sworn statement] whose business address is , Miami, _FL 331,47 and (if applicablel its Federal Employer Identification Number (FEIN) is 4 0 �-' � / .� 0 c, j,lf the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement, I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (I ) (b), FI rida Statutes, means a finding of wilt 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 I, 1989, as a result of a jury verdict, noes -jury trial, or -entry of a plea of guilty or polo cons ndere. . 1 understand that an "affiliate" as defined in Paragraph 287.133 (1 ) (a), Flcritf Statutes, means: (a ) A predecessor or successor of a person convicted of a public entity crime; or ..E zt< 3,14 F Pe +. 20' !-2011 Ali riQhtsreserved, 6i'S 11 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. I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PU841k ENTITY IN[ ENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY. AND THAT THIS/ FO I RM f,$'�ALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND *AT1 AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN 9'XCE-si OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, ELQ&QA ITWO FOR CATEGORY! 1`1 ANY I CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. f Sworn to and subscribed before me this 90th Personally known "Z day of S° j_,te!ni5er 2� 1 ' elto Notary Public -State of FLORTDA My commission expires r 7-01 7 ted, typed or stamped comrhissioned -ne of notary public) Whenever two or more Bids or Proposals which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid or Proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie Bids or Proposals shall be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free -workplace program,, a business shall: R ESP ONDENT's Signature: Print Name: 'ose M. Ai'vareZ Date: �q - I MMIlas F Pepc, 1-20113, AH n0ns re,erved_ 6:18,11, 3, TO THE CITY OF SOUTH MIAMI JJVA Eng.ineer-ing (Name of CONTRACTOR), hereby acknowledge and agree that as CONTRACTORs for the Road Resurfacing of SW 62' ST & S7' ST project as specified have the sole 'bility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, responsi and all State and local safety and heafth regulations, and agree to indemnify and hold harmless the City • South Miami and against any and all liability, claims, damages, losses and expenses they may incur due to the Jaflure of (Sub-contractor's names): "EL-%L'ENT Title 'C- Thoina�� 1-- Pepe, 2011-2-013, All nghts re-,erved, 6 ,,' 1 SA 3 honlas F. Pepe, 2011-2013- All nghisre ter vc& 6 1-KI 3 Page 33 of Hhonn,,Ls F, Ptpc 201 1-2013 All rwhts rc,�rvcd, 6, , 18, i:4 Page 3 5 of 68 13, ii= nghts reserved. rhomas F Pere, M i= 20 61;1?, -13 (Ord. No, 6-99-1680, § 2, 3-2-99) Editor's note- Ord. No. 6-99-1680, § 1, adopted 3-2-99, repealed §§ SA- I and 8A-2 in their entirety and replaced them with new §§ 8A- I and 8A-2, Former §§ 8A- I and 8A-2 pertained to declaration of policy and definitions, respectively, and derived from Ord. No. 634, §§ I i IA -1 , 1 (IA-2) adopted an . -11, 1969, 12•�W t� honnas F Pep�, 20 1 1 -2-ksl 1 -1, All nghl, reserved, 6 1 R, i 1 1. Date: September 12, 2013 Sent: Fax/E-maillwebpage This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Qualifications (RFQ) Documents, and is hereby made part of the Documents. All requirements of the Documents not modified herein shall remain in full force and effect as originally set forth. It shall be the sole responsibility of the bidder to secure Addenclums that may be issued for a specific solicitation. MMM • 1s No, the project will not be split. A single contractor will receive the award for both locations identified in the RFP, "Scope of Services," Page 3. Please advise if the traffic curb must be replaced with a similar curb for "Location #2 — SW 62 SC, No. The traffic curb at the end of the cul-de-sac is to be removed only and not replaced. Milling is required at "Location #2 — SW 62 St." only; milling is not required at "Location #1 — SW 57 St," 11 Fill ilill!lll 11111 111� III ii III 1111� 1111111 11111111 �11 III III IIIIIIII The asphalt must be applied at I " (Inch) thick for both locations. Please advise if the City would consider using recycled asphalt? Yes, the material specification located in the RFP under "Scope of Services," Section "C" is revised to include a 20% mixture of recycled asphalt. I age 2 of 2 �i�•t'l �'- O �J f/a ��7r 3 Jose A _ R � Vin/ C� -=�rjL 5 C �--6 o �e^j ---� -U �s t -3 o -�. a.,-e ►r- �Ct✓1n 3 motel 1 9 t0 i1 C. t: >er5`,ktthck C'Skl1',Documcnts,`S7uth Ntiarni \CemplatesTre -flid Meeting Si ,,n-In Shect.doc i *OXMNW ...: FF IVGIN1=- I=-FR7NG C ON TRACTOR IN..0 .. September 20, 2013 City of South Miami City Clerk 6130 Sunset Drive South Miami, FL 33143 Re: IVA Engineering Contractors' Past Experience and Corporate References Please allow this letter to serve as an official listing of our active and completed jobs for the past five years. The following list provides corporate References for each project that can speak of our professional' competency, manpower and financial capability to perform your project #CP- 2013 -08 "Road Resurfacing of SW 62nd ST & 57m ST-. The following is an official list of 1VA's completed and active projects from private and government sectors and corporate references that can verify our competency and reliability. All of the projects below were fully executed and submitted on a timely manner. IVA Engineering Contractor, Inc. provided all manpower, equipment, and maintenance facilities for the completion of these: Tri -C Construction Co, Inc. 100 W. Cypress Creek Rd. Ft. Lauderdale, FL 33309 Contact: Chris Lawrence Phone: (954) 677 -0356 Fax: (954) 677 -0359 2005 Tri - C Construction Co, Inc. - CVS Pharmacy #589737th & 199th Completion Date: January 2006 Amount: $371,260.00 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. 2005 Tri - C Construction Co, Inc. - CVS Pharmacy #7131 Kendall & 127th Completion date: February 2006 Amount: $323,856.31 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement,; Concrete Pavement. 6600 NW 32 °6 Ave Miami, FL 33147 Tel: 305 - 696- 7902`Fax: 305- 696 -7903 2007 Tri - C Construction Co. Inc. - CVS Pharmacy # 6732 87th & Flagler Completion Date- August 2007 Amount, $688,823.453 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. 2006 John Moriarty & Associates of Florida, Inc. — Trump Tower If Amount- $288,359.00 Scope of work- Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. 2006 John Moriarty & Associates of Florida, Inc. — Trump Tower III Amount: $ 298,024.00 Scope of work- Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. 2#06 Trademark Metal Recycli Completio 00 Amount, $365,820.00 1 Scope of work: Asphalt Pavement, Drainage Distribution. Completion Date: August 2007 Amount* $91,600.00 Scope of work: Storm Water Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. 2007 Various Locations Improvements (Drainage, Concrete & Asphalt Pavement). Amount: $55,786.25 Completion Date: July 2007 2007 Retail Building 87th & Flagler Completion Date- August 2007 Amount. $3,500,000 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. Village of Pinecrest Phone: (305) 669-6916 Fax: (305) 669-6919 E-mail: morettiftinecrest-fl.g_qy 2007 SW 79th Ave Roadway Improvements Completion Date: November 2007 Amount: $280,196.50 Scope of work: Storm Water System, Asphalt Pavement, Concrete Pavement. 2007 SW 701h Ave improvements Completion Date: August 2007 Amount: $10,700.000 Scope of work: Storm Water System, Asphalt Pavement, Concrete Pavement. 2013 Pine Needle Lane & Rock Garden Storm Water Improvements Completion Date- November 2013 (Active) Amount: $1,012,000.00 Scope of Work: Storm Water System, Asphalt, Concrete Pavement MIA- NW 671° Ave & NW 36th Street Intersection Improvement-s Completion Date: October 2011 Value: $977,000.00 Scope: Storm Sewer Distribution and Roadway Reconstruction Miami-Dade County-Parks, Recreation, and Open Spaces Department 2007 Biscayne Garden Park Improvement Completion Date.- November 2007 Amount- $329,601 . 10 Scope of work- Storm Water Dist., Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement 1111111 1111111ril 115,11111 lil''11111 Completion Date: August 2013 (Active) Amount: $2,054,514.45 Scope of Work: New Construction and Reconstruction of Bike Path, IN 111 NW I Street Miami, FL 33128 colt'?Cti 4 6 1 1 1 7 I U FrOUNW91019"61WA rp� 2008 WASD Roadway Rehabilitation Contract Completion Date, June 2008 Amount, $323,000.00 Scope of work: Asphalt Pavement 111 NW 1 Street Miami, FL 33128 U- f Mo PTP Pavement Marking Installation Completion Date: October 2011 Amount'. $ 356,572.78 Scope of Work: Pavement Markin] Install 24" DI Water Main Project Number- ER# 15865 Amount: $698,858.67 Scope of work- Water Distribution, Asphalt Pavement NAP Misc,-12 Sanitary Sewer Improvements Project Number: RP O T1026 Amount-, $ 838,558.26 Scope of work.- Gravity Sewer, Force Main, Asphalt Pavement Restoration, Concrete City Hall 12-Inch Water Main Extension Amount: $217,851.15 Scope of work: Water Distribution, Asphalt Pavement Contact: Robert Fenton Phone: 786-263-2133 E-mail: rfenton@miamictov.com Phone: 305-347-4974 Contac: Karl Garland 4 E-mail: kari@rniaMjqgg2,M Scope of work: Various Site and Marine Construction Opa-Locka Head Start Facility Amount: $165,000.00 Scope of work: Water Distribution, Storm Water Dist., Excavation & Grading, Asphalt Pavement. Coral Way Offices Amount: $105,067.50 Scope of work: Storm Water Dist, Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. Community Bible Baptist Church Amount: 214,417.00 Scope of work- Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. • Construction 7600 Red Rd #128 Miami Fl 33143 t3 f-da's Valencia Village Amount.* $218,276-50 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement, Roadway Improvements on SR 959 Coral Way to SW 22n Street Amount $73,932.00 Scope of Work: Drainage, and Asphalt Restoration, Striping and Signage. date stone Way Amount $1,054,313.50 Scope of Work: Concrete, Drainage, Asphalt Striping, Manhole, Manhole, Sanitary Sewer, and 8" Water Main Beacon Tradeport Development District Amount $120,000 Scope of Work: Concrete 2012 NW 143d Street Drainage & Roadway Improvements Project Completion Date: June 2013 (Active) Amount- $468,644.80 Scope of Work: Installation of new Drainage System, Road Rehabilitation, Repair and Renovations of existing Sidewalks City of Hollywood it Hollywood, FL Contact: Clece Aurelus Phone: 954-805-3681 Fax: 954-921-3258 2012 Distribution Piping Upgrades on N 55t' Ave from Douglas Street to Stirling Road to N 58 Ih Ave. Amount- $930,000.00 Scope of Work. 8" Water Main and Site Restoration 2013New Port Fishing Pier and Restaurant Utilities Completion Date: June 2013 Amount- $174,230.00 Scope of Work: 8" PVC Water Main 1�� Lo 06 I 0 CV LM O V tai t!) � 4) co W Q .. 0 Miami-PAgg-amogh (305) 696-7,902 6600 N Ave Fax. '305) 696-7903 Miami, F 33147 e -mail: f r s` � . om t " 2002-Current JVA Engineering Contractor, Inc. Cettifkabons 2009-2012 g1t Array Corp of Engineers- Quality Control Manager NIMBINUM Certified General Contractor ##GC151 Certified Underground Utility Contractor ##Ct C122 i Primary Pipelines License # g` -1A1 144-' Mar Roads ire # 02- 3A- 14145 - Miami Dade County License Engineering Contractor Licen ## E221300 Educatm 2002—Current Associate in Arts Miami Dade Community College 1999-2002 South east High School Diploma o is i, F1 High School Diploma Miami-Nade BrAnch Ph: (305) 696-7902 6600 NW 32 Ave Fax: (305) 696-7903 Miami, FL 33147 e-mail. Cg@4 jvaengineering.corn Expedwim 2009-Present JVA Engineering Con tractor, Inc. (7C Part of Miami, Fender /Curb,Pad Eye Plate Repairs And Installation- Gantry Area Installation of fenders, pad eyes, and curbs for seawall. ystern and Water [distribution JVA Engineering Contractor, Inc.- Equipment Owned as of July 01, -2013 NT- 9OUIPM E' F-OUIPMEW NO. MOM ASPHALT PAVER A -01 LEEBOY 7000 2006 ASPHALT PAVER A -02 HEAL DM -3000 ASPHALT PAVER A -03 ALLAT SP -50 BACKHOES B -01 CAT 416 1990 BACKHOES B-02 JOHN DEERE - 310 -D 1990 BACKHOES B -03 CAT 416 -C 1998 _- BACKHOES B -04 CAT 420E -IT 2009 - - BACKHOES B -05 JOHN DEERE 310 -D 1990 COLD PLANNER CP -01 ROADTEC RX400 SKID STEER LOADER S -01 MUSTANG 940 -E 1995 SKID STEER LOADER S -02 CAT 216 2000 SKID STEER LOADER S -03 CAT 248 2002 SKID STEER ,LOADER S -04 CAT 268 -B 2005 BROOM - BS -di MASSEY 243 2001 SWEEPER FERGUSON BROOM SWEEPER BS -02 TENNANT 355 BULLDOZERS D -01 CASE 450 -B 1983 BULLDOZERS D -02 CASE 850 -C 1984 BULLDOZERS D -03 CAT D5 -C 1996 BULLDOZERS D -04 CAT D -5G LGP 2004 EXCAVATORS E -01 JOHN DEERE - 690 -DLC 1988 EXCAVATORS E -02 CAT 320 -CL 2004 EXCAVATORS E -03 CAT 325 -CL 2004 EXCAVATORS E -04 CAT 305 -CCR EXCAVATORS E -05 CAT 328DLCR 2007 GRADERS G -02 JOHN DEERE - 670 -B 1988 GRADERS G -03 VOLVO. G -80 2003 LOADER - L -01 CAT 928 -G 2001 LOADER L -02 CAT 924 -G 2004, , TACK MACHINE -- TM -01 PIPA 1988 TACK MACHINE TM -02 PIPA WATER TRUCK WT -02 FORD 1995 WATER TRUCK -- WT -01 INTERNATIONAL 1981 ROLLERS R -01 EAGER BEAVER SRH -150 ROLLERS R -02 ROSCO DELUXE ROLLPAC III ROLLERS R -03 INGRAM A -6T ROLLERS R -04 LEEBOY T -400 - ROLLERS R -05 DYNAPAC CA -15 ROLLERS R -06 DYNAPAC CC -102 1994 ROLLERS R -07 CAT CB -214E 2006 'ROLLERS -- R -08 DYNAPAC CA -252 2000 !ROLLERS R -09 LEEBOY 400 2006 ROLLERS R -10 CAT CB -434 -D 2006 ROLLERS R -11 FERGUSON SP -912 4C #62554 &3. STATE'oF FLoRI©A p DSPAR STRUCTLONSINDII TRYRi►ICENSHINNCULBOARO TZON t SEQ# L12080801488 0 ji .09 Oil 2012 118208900 CGC151584 The:. GENERAY, ' CONTRI�C� 4i�. A` 1 Namect, below 23 CERTIVIND � �� � 3� , � Under tees �rov�aiona ofd; Chap � ration dater: ACit# 3 20144 g ALVAREZ ' klOSB _M JVA ENGiNSERIING CONTRACTOR 6600 NW 32ND AV$ �� MIAMI FL 33147"""!'! RICK SCOTT KEN LAWSON GOVERNOR SECRETARY n=e+n� wv A" "r-^1 n��t [ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION i4 CONSTRUCTION INDUSTRY LICENSING BOARD 940 NORTH MONROE STREET- (850) 487 -1395 r, TALLAHASSEE FL 32399 -0783 ALVAREZ, JOSE M JVA ENGINEERING CONTRACTOR INC 6600 NW 32ND AVE MIAMI FL" 33147 Congratulations! With this license you become one of the Hearty one million STATE of FLORIDA AC# 6 L2 5 S 4 Q Q Floridians licensed by the Department of Business and Professional Regulation. C DSPARE OF BUSINESS AND Our professionals and businesses range from architects to yacht brokers, from ! �'RO�°gSI REGULATION boxers to barbeque restaurants, and they keep Florida's economy strong. r�r Every day we work to improve the way we do business in order to serve you better CUC122464 ; 00 'OV12 218208900 For information about our services, please log onto www.myfloridalleense.com. There you can find more information about our divisions and the regulations that � CURT UNI)SX0111OUND � ' 1 V CNTR impact you, subscribe to department newsletters and team more about the Department's initiatives. ALVAREZ, g N JVA ENGIN li.. ACTOR INC Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business In Florida, and congratulations on your new licenset IS CSRTZBZSD Hader th* Provisions of Ch.489 es ftoir&Ciou dAto. AUG 31, 2014 L12000801925 DETACH HERE #OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING HOARD k SEQ#LI2080801925 L C 51 BA 08 os3 02 1118208900 CUC12a469 The UNI�ExtGRO�IND UTILITY ECAV�T N O - Named below IS CBRfiIFIB �t�" Under t:he pra�rs3ons of Chapt B wH� Exgiratlon -date: AUG 31 2014 ks i ALVAREZ, JOSE M ' JVA ENGINEERING CONTRACTO R 6600 - NW 32ND AVE MIAMI FL 33147 RICK SCOTT GOVERNOR i KEN LAWSON j DISPLAY AS RFOC11RFnRY t AW SECRETARY i a d y a k ice" 'z 0 §�'t�.. „ a. ,° 4 � 1 _y'� E- r, F P�. �� � L ♦ g *t =�€�� n S { } c � .. yy i No { } n } t p = z , IM QUA z �r OKs WAS o b r syll� t �yfrt "I rod f Yr J CMIKIT) w MAC R s MIAMI -DAOE COUNTY 2011 LOCAL PUSWr-cc T" t TAx COLL @CTOf: FIRST CLASS ' 7tYtt3 t) S pOST�GE z� [}Ai}E Ct Uttf1? 20i r. GgtwAL E3OUNj TAX OF FL IA11D st PAID 141tR[sA- C1A3C{tStl'tt� 2tlt rttA�tt. FL Tx C �sti`S $APT w�rRP.tt['!C} 2�t t ITT ' i.T.iAvu f-L 53234 E tfi�Stilkili {.r 156.L ��'7,,c>rI %AY RENEWAL r (, ITT Ilk)- 514185 -8 442516 -1 cc E221300 JVA - ENGINEERINGCONTRACTOR INC 6600 NW 32 AVE 33147 UNIN DARE CO i INEERING CONTRACTOR INC WORKER /S Ulu JVA ENC3 I 146 SPECIALTY ENGINEERING CONTRACT f •rt 'oft JVA ENGINEERING CONTRACTOR INC t JOSE M ALVAREZ PRES Kati 6600 NW 32 AVE MIAMI FL 33147 07/24/200 !,II �I�; FEI,i,.fl,,,ff,.;(,fl,„I „192 02240005 03 000075 00 U.S. POSTAL PAID MtAAdI , FL PERMIT NO, 231 1 TH45 IS NOT A BILL -- DO 'VOT PAY E221300 RECEIPT HOLDER MAY 00' HECEtPT NO. 50-5141858 Cc NO : BUSINESS AS A CONTRACTOR BUSINESS NAME LOCATION AS SPECIFIED HEREON- JVA ENGINEERING CONTRACTOR INC 6600 NW 32 AVE OWNER : JvA ENGINEERING CONTRACTOR INC � SEE BACK OF RECEIPT FOR SPECIALTY ENGINEERING CONTRACT A LIST OF NON - PARTICIPATING MUNICIPALITIES of NOT FORWAHO HeC3spi hOidAt)f MU$t INC reristerin the cFty JVA ENGINEERING CONTRACTOR ,vswre Nark s to t>e JOSE M done. 6600 NW 32 AVE MIAMI FL 33147 p�YW£HT f4W' nsxou crxn+rrTUC co-ffj1 L4 /2012 02240005004 000250 -.00 CERTIFICATE F , 212 1 172 Y JVA ENGINEERING f: NT CTORS 1NC �tSL tE 6600 NW 32nd A-ve NI AMI, FL 33147 ( 5) 696-7%-2 WS R R E: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT HE'PO;LIC E OF NSSU.%'N CE LIST D BELOW H lE BEEISSUED N H: INSURE N ED A J yE "O THE POLICY _ P R0 e Is iCAT D NO VAi s AND tC ANY REQUIRE ?ENT TERM C CONDITION OF ANY CON T RAC O' R OTHER DOCUMENT W TH RESPECT TO WHICH THS CERTIFICATE MAY BE ISSUED R ✓ PERTAIN, THE !NSURANCE AFFORDED GJ THE POLICIES DESCRIBED YEREIN IS SUBJECT TO ALL THE TERMS, E XCLUS :ONS AND CONDITIONS a IONS F SUCH POLICIES, IES. U11AI t S S ( °. is rPSY HAVE BEEN REDUCED BY PAID LAI M I TfwR* :QL1J E.} 58R i TYPE OF INSURANCE E I POLICY NJ �3E.R t S? EFF P4LICY EXP 0_a. i fY' t LIMITS GFNERAL LIABILIT Y , - UR k I .. '� Ut C t _RCIA € RA bke! s{ 3C J i Y IME v rn CLAIMS-MADE LG'MS ` DE C"_?R p i 121 12012 12,13J201 'E i _Y`,'C�@ #a3 v a'NOR _ _ 3 V BLANKET AD INSD � PERSONAL &AD I URY 1,003 00S.h0 WAIVER O SUBROGATION E 2,000,000,00 kTE L004T APPLIES PER PRO- i_( ire u AUTOMOBILE i iBJ € "J-BI D ei GLE LEI 1,000,000 ANY AUTO ( BODILY dJuRY :per P� cr a " .60 [ SCHEDULED A NE °A104 y�^g I LI i AUTOS i AUTOS { z - 2113 "012 12/13/2013 12/1 3/201 1300 LY !N JURY f er eCCdeti' 5 ?E ,TwE k vWNC i 8 6RvFeF Y -DAMAGE „ f Per « rice w UMSRELL.A LIAR i'CE?K I . EE A EXCESS LIAS XBS0027183 _ R=E $ 0 54v1A E k 1 u [JL 1 12111312013 + »`"®«ATE ` 3,()00,000 .00 DED 1 WORKERS COMPENSATION AND EMPLOYE ' W Tu OTH- y -. S LIABILITY YIN @i@ I ANY PFD PR c. #UPAR NEr"' vECUTIVE TGPr' i rlie i.. B I FFIC v 'Vtlt §YLI i£zJi:t C} 1 psrl jLP'l y.L 1 11 vtG 1J �y • L3 vE"i9i5 �}'f�i..JU,..' N fA '- iJ 1 . EACH t, z _ctI-L 1 .iJtt =i r;,d�.i.'e3U 0000 00 if yes d%rtytry un € € 43,tniJ 's $w } �' U;'�#wi f E11.DI.,E,'SSE -EA_EMPLOYE S 1,000I00,0'} �t�',OSI�P 0^4fP PERAT itS �k.w s .f(I -- 3.. G.. L.. DISEASE -Ptv`�3.u.T LIMIT �a I v FSZ:#s Fi�{t1 :3 1,t8itU.?Jt�4+.L.ill t DESCRIPTION OF OPERATIONS f LOCATIONS I VE141CLES (Afzach ACORD 101, Additional Remarks Schedule, . If Mare space 13 requir ) i Project: S�l'� cat out Drainage rove eats Pr PSI -1, sfa of South k1ia l is arre as addliorial insaxed on general Iraq: ?tj. CERTIFICATE HOLDE 2 CA tCELLATIO 1 t I