Loading...
JVA ENGINEERING CONTRACTOR, INC.South Miami ` City of South Miami Construction Contract 2441 ORIGINAL Progress Road Improvements From SW 68th Street to SW 70th Street CITY COMMISSION Mayor: Philip K. Stoddard, PhD Vice Mayor: Josh Liebman Commissioner: Valerie Newman Commissioner: ' Walter Harris Commissioner: Bob Welsh CHARTERED OFFICIALS City Manager: Hector Mirabile, PhD City Attorney: Thomas Pepe, Esq. City Clerk: Maria M. Menendez, CMC Public Works Operations Manager: Keith A. Ng, CFM Capital Improvements Program City of South Miami "Excellence, Integrity and Inclusion" Md.. fly} SMCRA A South Miami community Redevelopment Agency Funded Project I Proposal Submittal Checklist Form Progress Road Improvements This checklist indicates the forms and documents required to be submitted for this solicitation 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. The response � -------- Bid Form u p Bid Bond and Power ofAttorney 16 � Bidder Qualification 18 ~ Non-Collusion 22 � Public Entity Crimes and Conflicts o/Interest 23 [>ru�Free\��rko(mce . 26 � Acknowledgement o{ Conformance with OSHA Standards 27 ~ List of Proposed Subcontractors and Principal Suppliers 28 Submit this checklist along with your proposal indicating tkl-.-, completion and submission of each required forms andlor documents. @ /| (Updated a+-3o-2o|q Page 7 Dr. Hector Mirabile City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 In submitting this Bid, BIDDER represents, as more fully set forth in the Contract that: a. BIDDER has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged.) Dated: 06/12/2012 HIMM, C thomasfpepe-09-28-1 I (updated 04-30-2012) Page 8 C thomaspepe-09-28-1 I (Updated 04-30-2012) Page #3 #7 #4 #8 I. Communications concerning this Bid shall be addressed to.- LMORIMMEMOMM JVA Engineering Contractor. Inc. Title Telephone Number 305-696-7903 Fax WNum�ber����� engineerirq com Email Address FAILURE TO COMPLETE, SIGN, & RETURN THIS FORM MAYDISOUALIFY YOUR 9ESPONSE @ thomasfpepe-09-28-1 I (Updated 04-30-2012) i City of South Miami Progress Road Improvements Project Revised Schedule of Values dated 6/12/2012 m # description Unit Qty Unit Price 1 Mobilization L5 1.00 € I. 2 Dust Control LS 1 € p ( 2 6 530 3 Project Sign EA 2.00 '��z. 0 €a t Removal of Existing One (1 ") Inch Asphal SY 2,225.0 .j CO3.15 5 Removal of Existing Drainage Structure EA 3,00 �gg � 0. 6 Type 5-111 (One (1„) Inch of) Asphalt SY 2,225.00 )r a " 7 Lirrmerock Base CY 20.00 z } I f 8 Subgrade CY 30.00 � , 9 Embankment CY 240,00 -; "` " . § � _ 1C} Curb Ramp EA . 1t�J i� 0_. 00, 13. Disposal of Contaminated Sells (If • Double Thermoplastic • i Enountered) CY 30.00 191; 00 1 A The revised Schedule of Values must be used to render i • IT SHALL f a a RESPONSIBILITY ISSUED FOR a SPECIFIC SOLICITATION. 15" HDPE pipe IIII III III III liil� I. D! Pipe i '18" French Drain i i i III I Type + Inlet with • Bottom ii • Storm Manhole u------------ I 24" White Thermoplastic f e 12" White Thermoplastic LF 4" White Thermoplastic Stripe LF ii Nor- • Yellow Thermoplastic Stripe, Skip GM 11 �i u� 111 Illy_ • Double Thermoplastic • i iReflective Pavement Markings (RPMs) a •iI ,Maintenance of Traffic II14I Ir '! tectable Warning Surface • Subtotal • . s i i ����i� ofice Escort Z il. I ��I I, .� 1• � I ii . . Oil I The revised Schedule of Values must be used to render i • IT SHALL f a a RESPONSIBILITY ISSUED FOR a SPECIFIC SOLICITATION. ,91 thomasfpepe- 09-28-1 I {Updated 04-30-2012) Page 13 OC thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 14 Oc thomasfpepe-09-28-1 I (Updated 04-30-2012) Page M35 14MM NMNB�� IMMENUMNEMM � IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals this 13th day of June 2012, the name and the corporate seat of each corporate party being hereto �affixed and these' presents being duly signed by its undersigned representative, uticomasfpepe-09-28-11 (Updated 04-30-2012) Page 16 BID BOND Please see Power of Attorney Attached Secretary By: 'Impress Corporate Surety Seat Wq� (Business Address)- Miami, F1 33147 - -7 — (pity /St - i7ip) �t—e- 305-696-7902 — (Bu i nine —Ss —P h—o .1 —Ie—) IMPORTANT Surety companies executing bonds must appear on the Treasury Deparr m ant's most current list (circular 570 as amended) and be authorized to transact business in the State of Florida. FAILURE TO COMPLETE SIG'Q a RETURN THIS FORM MAY D )UALIFY YOU D @ thornasfpepe-09-28-1 1 (Updared 04-30-20 t 2) Page 17 'Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORi Y -I -FACE Know All glen By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized nd existing sore ,rats`o having its nc;pac ufiire in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Laura D Mosholder, Jon R Neu, Charles J tNielson, Breit M Rosenhans, Kevin ojto' ie , IN'lary C Aceves, Glenn Arvanitis, Charles D Nielson, David R Hoover, Katherine S Gri sie , Edward M Clark, Individually of Miarru Lakes, FL its true and t wful Attornev(; )-.r -Fact with fiull power and authority hereby conferred to sign, seal and e.::nrutr for atr¢ o,:� its behihf bonds, undertakings and other ouli ;ato y inst_r ufsa is of si filar rat re U . - III Unlimited Amounts - and to bird it orebx as f .iy and to Che same extent as if such inst meats were sigued by a duiv authorized o-Fiver of the orpsonL ;on and all the ac tS of said Attorney, pursuant to the authority hereby given, are hereby raiitted and confirmed, This Power of Attori ey .s made and executed pursuant to and by authority of the By-T--,v pninted on the reverse heresth duly adopted, as .r.oi zted, by the shareholders of the corporation, - In t'i'itness Whereof. NNTSTER t SURETY COIx= MANY has caused these presents to be signed by its Senior Vice President and its corporate seas to be lr re to affixed o n this f 7 ui clay of Noverrber, 011, WESTERN SURETY COMPANY Y Pa=! . Bruflat, Senior V%ic, President State of South Dakota County of l innehaha ss On this 17th day of Nov r-ber, 201 1, before ine personally carne Paul T. Bruflat. to m e known, who, being by rime duly scorn, did depose and say: that he resides in the City of Sioux Falla, State of South Dakota; that he is the Setifor Vice President of WESTER , SURETY COMPAINY described in and winch executed the above instrument: that he know=s the seal of said corporation, that the seal affixed to the said instrUntent is such corpora.e seal. uhat it was so affixed pursuant to authority giver by the Bored of Directors of said corporation and that he signed his name t:nereto pursuant to like authority, and acknowledges same to be Eh e art and died of said corporation. b) In the past |Qyears On Schedule 2. List the last three (3) completed similar projects. 7_ ID IO a) Project Name: Waterstone Way Owner Address: 11325 SW 79LL—Aya—Miami�� 33173 'IQ thomasfpepe-09-28-1 I tUpdated 04-30-2012) Page 18 Owner Telephone: 305 - 596 -4468 Ext. 239 Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: j une 2008 Original Contract Price. 3 f 0 3- Actual Final Contract Price. $329,601.10 c) Project Name. K in 1 cn Storm Sewer improvements Owner Name: City of Miami Owner Address: 444 IW 2nd Ave. Miami, FL, 33131 Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: November 2011 Original Contract Price: $898,630 Actual Final Contract Price: $898,630 Oc thomas{pepe- 09 -28 -1 4 (Updated 04 -30 -2412) Page 19 3. Current workload Project Name Owmr Name Tetephone Contract P�rice Nmber Distribution . of Piping Upgrade Cl' Holl ood 954 -805 -3681 $980,000 NW 143rd_,Stree City of Draiange & Roa,waY d a -Locka 786 -382 -7917 $468,644.80 Furnish & Inst 11 Miami --Dade 36 -Inch DI Wat.r WASD- 786 -552 -8142 $907,216.57 Perrine Cutler Miami -Dade 786 -552 -8142 $2,254,103' 4. The following information shall be provided for this project. a) Estimated total demolition man -hours Percent man- hours to be - performed by Contractor's b) permanent staff 100% Permanent man -hours to be performed by direct hired c) employees for this project 19. d) Percent man -hours to be performed by Subcontractors 0 S. The following information shall be attached to the bid. a) Contractor's home office organization chart. See Attached b) Contractor's proposed project organizational chart. See Attached c) Resumes of proposed key project personnel, including on -site Superintendent. See Attached 6. List and describe any: a) Bankruptcy petitions filed by or against the BIDDER or any predecessor organizations, None b) Any arbitration or civil or criminal proceedings, or None C) Suspension of contracts or debarring from Bidding by any public agency brought against the BIDDER in the last five (5) years. None O thomasfpepe- 09 -28 -1 I (Updated 04 -30 -2012) Page 20 FAILURE TO COMPI FTF c,1(3N_ & RETURN THIS FORM MAY DISQUALIFY YOUR LESPONSE CM thomasfpepe-09-28-1 i (Updated 04-30-2012) Page 2 1 27th �mmission Expires:* ,20 12 FAILURE TO COMPLETE, SIGN, & RETURN FORM MAY DISQUALIFY YOUR RESPONSE Oc thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 22 This sworn Statement is submitted City Of South Miami to [print name of the public entity] by Jose M. Alva-rez, President [print individual's name and title] for JVA Engineering Contractor, Inc. [print name of entity suhmi @ thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 23 Cc, thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 24 Signed, sealed : delivered in the presence Signature Jose Aiva Subscribed . « - z, President ,20 12 FAILURE TO COMPLETE . *NK thomasfpepe- 09 -28 -I I (Updated 04 -30 -2412) Page 2S N 'bli r ry afore � C . My Ccmisien Empires 8/23/2013 FAILURE TO COMPLETE . *NK thomasfpepe- 09 -28 -I I (Updated 04 -30 -2412) Page 2S BIDDER's Signature: -��A neerinq -Contractor, Inc. Print Name: Jose M. Alvarez Date: 6/27/2012 FAILURE TO COMPLETE, SIGN, & RETURN THIS -FORM MAY, DISQUALIFY YOUR RESPONSE @ thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 26 Acknowledgement • Conformance with OSHA Standards rog—ress NoaT improvements NO Subcontractors BY: jose M. Alvarez om President Title FAILURE TO COMPLETE SIGN, & RETURN THIS FORM MAY L7IS UGLIFY YOUR RESPONSE Cc- thomasfpepe-09-28-1 I (Updated 04-30-2012) Page 27 zS addendum submission is issued to clarify, supplement and/or m W odi'VROMAV, "i 7STWF'P�Ocuments, and is hereby made part of the Docuim'ents. 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. • Attached is the updated engineering drawings dated April 2012 and is to be used for the purpose e{e (nnad� � bidding and construction of the project. • Attached is the drainage calculation report for reference. There were no environmental studies conducted for this project. Line item (#11) was added to the bid tabulation sheet for disposal of any contaminated soils that may be encountered during construction. The contractor shall abide by all procedures as set forth in the construction documents and appropriate permit documents in the event that contaminated soils are encountered. The project has been budgeted for a maximum contract ceiling amount of p Line item /#27> was added no the bid tabulation sheet for oo/�eemcom� The is The exceed '- quantity � e�c arnountfor this item is Page I of 2 The Schedule of values has been revised, as shown below: Item #f Description Unit Qt ojm en 1 Mobilization LS 1.0)0, 2 must Control LS 1.00 3 Project Sign I EA 2.0 4 I ernoval of Existing C7 e {1" Inch As F alt SY 2,225.00 S removal of Existing drainage Structure EA Thermoplastic 12" White � � Type S -Ili {}ne { "j Inch of Asphalt SY 3.00 7 Lime rock Base 20 2,225.7 GM Sbgracle i GY 20.00 9 Em l�anl�rnent CY 3(}.Cit7 10 ; Cur k� Ramp C 24C1.t}l7 28,00 EA 1.00 11 Disposal of Contaminated Soils (If Encountered) CY • . •� x • sf • x e 1 o x 24" White • . LF 150.00 Thermoplastic 12" White r0 19 4" White Thermoplastic ,. LF 1,99500 20 6" Yellow Thermoplastic Stripe, Skip GM 0.1 x Double Yell • w Thermoplastic r s s s s x # M1 23 • 28,00 � • � x ii 4.00 11 • . - as U This addendum submission is issued to clarify, supplement and/or modify the previously issued Request for Proposals (RFP) Documents, and is hereby made part • 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. Line item (#11) was added to the bid tabulation sheet for disposal of any contaminated soils that may be encountered during construction. For bidding purposes, the quantity for this line item is 30 CY. There are no staging areas established for this project. All excavated material must be disposed at the end of each day. The attached updated Schedule of Values must be included as part of the bid submittal to render a responsive bid. City of South Mi rnl i'ro Tess Road frallrovernents Project Revised Schedule Of Values dated 6/12/2012 Item _.,_ +w scriPtiorr ., snit CRY 1 IMobaization 2 must Control LS 1.00 Protect Sign LS 1,00 4 Rernvval of Existing One (1 ") Inch Asphal EA SY 2 Removal of Existing Drainage 2,225,00 Structure EA 3. Type -di (One (1 ") Inch of) Asphalt SY 7 Urneroek Base 2,225,00 Subgrade Y Zo.t Embankment cY 10 Curb Ramp CY 240,00 11 C7isposal of Contaminated Soils (if EA 1. Enountered) CY 30. 12 15" HDPE pipe . : 1 °` I�I�PE pipe LF 52. (X} 14 18" French grain LF 42. is Type A inlet with P Bottom lE Storm Manhole EA . EA 17 24" White Thermoplastic Stripe 18 12" White Thermoplastic Stripe IF istf,00 19 4" White Thermoplastic Stripe LF 20 6 " Yellow Thermoplastic Stripe, LF 1,95. Skip GIB 0.14 21 " Double Yellow Thermoplastic Stripe LF 22 Reflective Pavement Markings (RPtvtS) Ertl 23 Maintenance of Traffic 2. 24 Detectable Warning Surface EA 4. 25 Signage -. i..s 1 26 Performance and Payment Rond (1 % is 1. 27 Police Escort FIR 220. 2 Permits and Insurance IS 1 a t MMEGM revised The Schedule of be d to render IT SHALL BE THE SOLE RESPONSIBILITY OF T I �Ifilpcl� + zqwmr. ! • ' + ENGINEERING C. O N T R: A C T. O R „.INC, June 27, 2012 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 provide corporate References for each project and show professional competency, manpower and financial capability to perform the scope of work for your project identified as Progress Road Improvements. The following is an official list of IVA's completed and active projects from private and government sectors and corporate references that can verify our competence 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 #5897 37th & 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 32rd Ave Miami, FL 33147 Tel: 305- 696- 7902`Fax: 305 -696 -7903 200• John Moriarty & Associates • Florida, Inc. — Trump Tower 11 Amount: $288,359.00 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. Scope • work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. • Za - Z • • on It It Amount: $365,820.00 Scope of work: Asphalt Pavement, Drainage Distribution. 2007 3939 NW 25t' Street Completion Date: August 2007 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 87 th & Flagler Completion D. August 2007 Amount: $2,860,492.66 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. Amount: $280,196.50 Scope of work: Storm Water System, Asphalt Pavement, Concrete Pavement. 2007 SW 70th Ave Improvements Completion Date: August 2007 Amount: $10,700.000 Scope of work: Storm Water System, Asphalt Pavement, Concrete Pavement, 2007 Town Center One at Dadeland Completion Date: December 2008 Amount: $490,000.00 Scope of work: Water Distribution, Storm Water Dist., Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. Miami-Dade County Aviation Department 4200 NW 36st Street, Building 5A Miami, FL Contact: Johnny Peterson Phone: MIA- NW 67 th Ave • NW • th Street Intersection Improvements Completion Date: October 2011 Value: $977,000.00 Scoo• : to-r1ir-Sh_- .. . ...... ... . Miami-Dade County-Park & Recreation Department 11395 SW 79th Street Miami, FL 33173 Contact- Dan Crawford Miami Dade County Public Works Department 111 NW 1 Street Miami, FL 33128 Contact- Jesus Gonzalez Phone: 305 375 2172 EINZ71"'TIAZZ5078 -- U L-- Completion Date: June 2008 Amount: $323,000.00 Scope of work: Asphalt Pavement Miami Dade County Public Works Department 111 NW 1 Street Miami, FL 33128 Contact: Nestor Melian Phone: 786-375-0004 k-L*&#Qj UO KTAYLOI 9 M W, W4 I A PI I E kyl ry 1 A I A Install 24" DI Water Main Project Number: ER # 15865 Amount- $698,858.67 Scope of work: Water Distribution, Asphalt Pavement City Hall 12-Inch Water Main Extension Amount: $217,851.15 Scope of work: Water Distribution, Asphalt Pavement City of Miami 444 NW 2 nd Ave, Miami, FL 33131 Contact: Eric Ruji., 2011 Kinloch Storm Sewer Improvements PH-11 Completion Date: November 2011 Amount: $898,630.00 Scope of Work: Storm Sewer Distribution and Roadway Reconstruction Phone: 305-347-4974 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. UATANTRIMMMMIT9. 14750 SW 24thStreet Miami, FL i— W -. will • • 0 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. VP Construction 7600 Red Rd 4128 Miami F1 33143 Contact: George Perendes Phone: (305) 667- 6060 Valencia Village Amount: $218,276.50 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. FDOT 1000 NW 1111h Ave, Room 6203 Miami, FL 33172 Contact: John Bolton Roadway Improvements on SR 959 Coral Way to SW 22` d Street Amount $73,932.00 Scope of Work: Drainage, and Asphalt Restoration, Striping and Signage. 10305 NW` 41 St. Suite 103 .0 Waterstone Way Amount $1,054,313.50 Scope of Work: Concrete, Drainage, Asphalt Striping, Manhole, Manhole, Sanitary Sewer, and 8" Water Main Beacon Trad•port Development District Amount $120,000 Scope of Work: Concrete LOE1319232MM NW 143 rd Street Drainage & Roadway Improvements Project Completion Date: Active Project Number: 11- 2012100 Amount: $468,644,80 Scope of Work: Installation of new Drainage System, Road Rehabilitation, Repair and Renovations of existing Sidewalks Distribution Piping Upgrades on N 56th Ave from Douglas Street to Stirling Road to N 58th Ave, Completion Date: Active Amount: $930,000.00 Scoi•• of Wor- "it If you have any questions, please do not hesitate to contact us. lm� lose M. Alvarez, President IVA Engineering Contractor, Inc. CanT9aw I T iserrr i 8U3NrESs CERT>;f"n Df CCWNETENCY E221300 XA 800ROMOM coW"%%CT Me ALV J03E M QUALIFYING TRADE(S) - 0003 PIPE LINE ENG 0007 PAVING ENGINEERING 0009 EXCAU & GRADING ENG 0olo LAND CLEAR 3'GRUBY ChAw ow4w v f S-00, dYY Yrd rw Mw+YY IM+� wd, STATE OF FLORIDA r. DEPARTMENT OF BUSINESS AND PROFESSIONAL � C;I3t:AT= �rid CONSTRUCTION INDUSTRY LICENSING BOAR? (350) 487 -1395 1940 NORTH MONROE STREET } TALLAHASSEE FL 32399 -0783 ALVAREZ, JOSE M JVA ENGINEERING CONTRACTOR INC 6600 NW 32ND AVE MIAMI FL 33147 STATE Of FLORIDA AGO Congratulations! With this license you hecome orle of the nearly one million DEPARTMENT BUSINESS � DEPARTMENT OF BU5II�883 AND Floridians licensed by the Department ABusrne,ss and Professrcnal Regut�tw PROFESSIONAL REGULATION Our professionals and businesses range from architects to yacht brokers f-ml boxers to barbegue restaurants and they keep Flonda s economy ,3tror g CUC1224696 06/02/10098169893 Every clay we work to improve the avay eke do business 'in order to serge For information about our services, please log onto www,myfloridaticense.com CERT UNDERGROUND & EXCAV CNTR There you can find more information about our divtsions andthe regulaticns rho it ALVAREZ, JOSE M impact you, subscribe to department newsletters and iaarn more ibout 'he JVA ENGINEERING CONTRACTOR : INC Department's initiatives, Our mission at the Department is. License Efficiently. Regulate Fairly We constantly strive to serve you better so that you c.an serve your customers IS CERTIFIED indor te. rovisions of ch,489 Fs e Thank you for doing business in Flonda; 3nd congratulations on your new licerise' AUG '31,"2012 - 'L10060201019- L DETACH HERE �C# r j STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY - LICENSING BOARD SEQ# L10060201019 LICENSE NBR 06 2/20101098169893 ICUC1224696 — - - -__ The UNDERGROUND UTILITY & EXCAVATION CO Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2012 ALVAREZ, JOSE M JVA ENGINEERING CONTRACTOR INC 6600 NW 32ND AVE MIAMI FL -33147 CHARLIE'CRIST CHARLIE LIEM GOVERNOR INTERIM SECRETARY DISPLAY AS REQUIRED BY LA'A T•� , .. r. yr rLVRIUH DEPARTMENT OF BUSINESS AND pROFF �; r r CONSTRUCTION INDUSTRY LICENSING Br ARF, -. 940 NORTH MONROE STREET TALLAHASSEE 487 -1355 FL 32399-0,78? ALVAREZ, JOSE M JVA- ENGINEERING CONTRACTOR INC 6600- NW 32ND AVE MIAMI FL; 33147 C sngr.lt(ftatlonsi ivttfl tftl$ ICPnSP rrq ✓.- ,1t1•� `fly f fp,e Ftortdfans firensed b the De Y SrALF k)F F t c >R�oa Carta �rl,j c (asst .rt �7 C?Ur prgfe55tcrnatS Jnd f?tlslnesse5 � pi e fr rn it ` �. Y > rr, f ta.fy to tr�hf tlr - "k.•r rt ,,,, fir }Xef5 FOt18rt3P(jEre rP5tat3rinfs,irt'f DEPARTMENT OF BUSINESS AND PROFESSIONAL rf!a� ka.�U� ir�� REGULATION Every �jay Ne Ncrk to rerpt;vP the h r° U t`rd r < set.-r , For infOrm a On iiIIlt cur �Gr 1515949 06/02/20 098269897 t 1tiP r t r There YOU can find oiory �nfnr�n. tf <,n `' o www rnyflandaticense corn ir'tt tht';+rt �,r .?� ic;rl5 the t, CERTIFIED GFIYERAL .ln<} #a pact you sut�scr,be ta:tecatrtn Par "?.vSr ttgr� ,n f 'a 4r •l >,�,r ,� ",t,t ;,t ` Departments �nttlattves CONTRACTOR ALVAREZ, _ -JOSH M T�;A ENGINEERING CONTRACTOR INC Our mission at the Department is Efrwrertly Reguf.riPf,rrfY °,,� constantly strive to serve you better i0 th3t y•,u ,'arl ier P yabr- rttstf}nt t9 Thank YOU for jpittg huStnPSS tnFlar�c ±a <<an } r,3rsr11 atufahr305.)r.,c;�tr •�r!,V �,.,,, , F� C "F,RTIFtEb i6 l�r the Pr`iNtOn• at Ch 481 7S .r i ". AUG I t , 2012 Grao6oa��e to STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIUNAL CONSTRUCTION INDUSTRY REGULATION LICENSING BOARD LICENSE SE4 #Lioo6o2ooa3# b6 d2 2020 098169897 C_Cl516849 - -- - The 'GENERAL ;CONTRACTOR - Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2012 ALVAREZ, JOSE M JVA ENGINEERING CONTRACTOR INC 6500 NW- 32ND,_AVE MIAMI FL 33147 c CHARLIE CRIST GOVERNOR CHARLIE LIEM DISPL,aY AS REE)f " r SECRETARY � _�*fNFR JVA ENGINEERING CONTRACTOR INC z1#t icy.(-, ,NERAL BUILDING € ONE A TOR 1 00 NOT �:rq,,OYAPD t a VA ENGINEERING COINIPACT R INC !iISE M AL 14rkRFZ PRES 660 €I NW !l =`E MIAMI �L 14! 000075. 00 :REF OTHER =U F JVA ENGINEERING CONTRACTOR INC WORKERIS 196 SPECIALTY ENGINEERING CONTRACT 1 1)U11 NOT FOPINA'ja 10 41 !OVA ENGINEERING CONTRACTOR INC s' jOSE M ALVAREZ PRES 6600 NW .�2 AVE MIAMI EL 53141 07/18/2011 02'10018001 000075.00 1115 UERTIFICATE OF LIABILITY INSURANCE DATE RO PRODUCER (305)822_7$00 FAX (30S)558-4294 Collinsworth, (M*00,,yyyy) THIS 7 1211212011 Alter, Fowler & French LLC 8000 Governors Square CERTIFICATE ISSUED AS MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON Blvd Suite 301 THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED Miami Lakes, FL 33016 IrasUREI� 3A Engineering BY THE POLICIES BELOW, � INSURERS AFFORDING or�tractrrr, Zc. COVERAGE NAIL # 6600 S 32nd Ave National i"rst Zn,c�nc�e Co Mimi, FL 33547 ` FCCI Insurance Company _ 20141 �' t���RC Federal Insurance Cc an 50578 20281 90-VEHAraEa THE POLICIES OF INSURANCE LISTED BELOW HAVE BE N ISSUED To TI-HE I ANY REQUIREMENT TER OD CONDITION OF ANY CONTRACT MAY OR OTHER D NOING PERTAIN, THE iNSURANCE AFFORDED BY THE POLICIES DESCRIBED HER POLICIES AGGREGATE LIMITS SHOWN MAY ' HAVE BEEN REDUCED BY PAID TYPE R C LICH Of INSURANCE GENERAL LIABILITY POLICY NJ GL0009 84 X COIAMEqCIAL GENERAL LIMITS 52 53 2022 UASILIT-V CLAIMS MADE OCCUIP, 1�1 00,00 A X BLANKET ADDTL INSD - I S 100,00 X WA-1 ER OF SU8RO S,O PFR W—NAL ADV lNJURy GEN'L AGGl .,4 fl PP; IES PEP, I'D .00 GEN'l AGGREGATE 'C jE XCU NOT EXCLUDED AUTOMOBILE 21000,00 PRODUCTS t MPI GP AGG 2,00000 1 LIAMILITY iX ANY AUTO CA0014904 , 12/13/2011 12/13/2012 ALL OWNED AU-,n,-S COMBINED SIB i r j ft.,IT �Ea SCHEDULED AD r(,S A 11000,00 X HRED ALJ-CS 900!LY'I`4j11j y Per re fin; NON OVO -4ED AUTCS Lq� — BODILY jNjU y $ GARAGE LIASIUTY IANY AUTO XCESILUMERELLA LIABILITY 0 C 0-1 R CLAiMS MADE A 1 1 E DEDUCT�BLE -PJ X RETENTON I $ 10, Il AND Y Y FL WORKERS COMPENSATION A140 EMPLOYERS' LIABILITY N 13 ANY PR0PpjET0r,,pAp4T14EREXECi 0, OPF"'EFumEmBER, FxcL,UDE6; I , 1 F 1110, f_L EACH AO--IDENT E-L DISFASE POLICY LIMIT i ted coverage term 6 months. After 6 months equipment needs to be scheduled on tha -T J-.. - - - - - - - - - - - - - - - - - - - - - - = W111 llr� City of South Miami 6130 sunset Drive Wouth Miami, FL 33143 wm�� If the certificate holder is an ADDITIONAL INSURED, the Policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). The Certificate of Insurance on the reverse side of this form does not constitute a contract betweenj the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or after 1, the coveraaa aff * ; 10# I #.