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 #.