JVA ENGINEERING CONTRACTOR INC.ORIGINAL
CITY OF SOUTH MIAMI
Dorn Avenue Dr in e -1-
gm-p-r-ovements
RFP #PW-2014-03
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 4:00 P,M, or by accessing the following webpage:
http://www.southmiamitl.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 RFP Table of Contents.
Monnas E Pepe, 2011-2013, All rights reser, ed,
7 1 PIV! 3
Maria M. Menendez, CMC
City Clerk
SCHEDULE OF
Dorn ,
No. Event
Date*
{
Time* I
(EST)
Advertisement/ Distribution of RFP & Cane o
I
silence begins
E E 3/24/20 1 -4
4 PM
z
E -Mandatory Pre-Proposal Conference
2 City of South Miami, City Hall Chambers,
I 3/31/2014
10 SAM
16130 Sunset give, South Miami, PL 33143
�
�
3 i Deadline to Submit Questions
i
4/2/2014
€
I O M
Deadline to City Responses to Questions
4/3/2014
4 10 AM
;deadline to Submit Bid- Response
4/4/2014
1 I O Are
Evaluation of Bid Responses
� 4/712014
s`
S RM
Agenda for Commission Approval of
Contractors/Co �e of Silence ends
; 411512414
e
7 P�°1
�
ND OF SECTION
Page 2 of
7,11113/1
�
1 , Site Location:
The project limit is Dorn Avenue (SW 59 Ave ) between Sunset Drive (SW 72 Street) and SW 73 Street.
Plans entitled Dorn Avenue Drainage, prepared by EAC Consulting, Inc., consisting of
sheets. Dated September 6, 2013,
The current estimate to complete construction of the project is 30 days substantial
completion from issuance of Notice to Proceed. This is an estimate and the public bidding
process will determine the actual construction cost,
V. Warranty:
The standard manufacturer's warranty information must be provided in writing for all equipment
ent
being proposed, including installation by an authorized dealer. Native trees planted by the
awarded vendor for this project shall be warranted to be healthy and growing for a period of
one l year from the date of planting.
I'slote: A Proposal Bond is NOT required for this project.
END OF SECTION
Page 3 of
1,or as F. Pene, 2011-2013 All ;g has reserved,
II I I 13
ONSMI
Page 4 of 68
,<,',,'Fhomas R Pepe, 20 Ill -2013. AH rights reserved.
7i 1 3 13
Page 5 of 68
Thonnas F. Pepe, _0111- 13. Ali rights reserved.
7 1', 13 13
Th.stns R Pent. 2,01 3. A i I nghts reserved. Page 6 of 68
1;13,13
Page I of 68
-011-2013, All rights reserved.
Thoma,,,; F. Pepe,
71 1 " III i
END OF SECTION
Page 8 of 68
Thomas F. Pepe20 11 -20 13. All rights reserved.
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 RFR The response shall include the following items:
Note: A Proposal, Bid Bond is NOT required for the project.
Submit this checklist along with your proposal indicating the completion and submission of each required forms
and/or documents,
END OF SECTION
age 9 of 68
R Nve, 20'i-2013, All 6gh-,cs reser--ed.
7 1 i I I 131
i # SIR i
THIS PROPOSAL SUBMITTED TO:
Steven Alexander
City Manager
City of South Miami
6130 Sunset thrive
Seth Miami, FL 33143
Addendum
%Icy.
Dated: 03/3)1/2014
Addendum
No. .5
Dated: 04/01/-)0 1
Addendum
No.
Gated.
Addendum
No,
Dated:
Addendum
No,
Dated:
Page 10 of 6
,C Thomas F. Pcne 2011-2011 All rights reserved,
711/13,
m
m
m
T'hoynas F, Pupe, 201, 1-2013, All reser,,ed.
1, � 3
#5
#6
#7
4
114 rNVAI f �6'A
cents v 0
A fee breakdown, if applicable, for each task must be completed in the table shown above. Failure to
complete this information shall reader the proposal non - responsive.
President
fi e
305.6 96 -7902
Telephone Number
j aC v aengineein <_ xom
Email Address
ENS? OF SETN
Page 12 of
STATE OF FLORIDA
IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their
several seals this day of , M
I —, the name and the corporate seat of
each corporate party being hereto affixed and these presents being duly signed by its undersigned representative,
Page 13 of 68
c' –Chc-,ms F, Pere, 201 1 -1. All rifhts ieserved,
11i.._
SECOND PACE OF A TWO (2) PAGE PROPOSAL BOND
IN PRESENCE F.
(Seal)
(individual or Partnership Principal)
(Business Address)
( City /State!ip)
(Business Telep one)
Olson
Secretary (Corporate Surety
*impress Corporate Surety Seal
FiE T C3f�iPETE SICK FtT��Zi` Tl-iiS F?B� iA iI ALIF YtJ
Page 14 of
Fhornas'. Pepe, '011-2013, All rights re-,ervved.
111 _31
KNOW ALL MEN BY THESE PRESENTS:
Dollars ($ 'I for the payment whereof Contractor and Surety bind themselves, their heirs,
executors, administrators, successors and assigns, iointly and severally,
WHEREAS, Contractor has entered into a Contract, for the Dorn Avenue Drainage Project,
awarded on the day of 20—, under Contract Number — by the
City for the construction of (brief description of the Work) in
accordance with drawings g [Plans) and specifications prepared by EAC Consulting, Inc, which Contract is hereby
made a part hereof by reference, and is hereafter referred to as the "Contract";
Page IS of 68
k" T"honvas F. Pepe, 1-011-2013 A I I ri&s, rescrved,
No right of action shall accrue on this Bond to or for the use of any person or corporation other than the
City named herein,
The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and
compliance or noncompliance with any formalities connected with the Contract shall not affect the Surety's
obligation under this Bond.
IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several
seals on this _ day of 20 —, the name and the corporate seal of each
corporate party being hereto affixed and these presents being duly signed by its undersigned representative,
mmcmmffl��
STATE OF FLORIDA
COUNTY OF MIAMI-DA DE
(Individual, President, Managing Member or General Partner, etc,)
(Business Address)
(City /State/zip)
(Business Telephone)
(Corporate Name)
(President)
(Business Address)
(City/State/zip)
(Business Telephone)
-INSURANCE COMPANY:
BY: (SEAL) (Agent
(Business Address)
(City/State/Zip
(Business Telephoqe)
Personally known to me, or
Personal identification:
Type of Identification Produced
Did take an oath, or Did Not take an oath,
mnnas R Pene, 201 1-201 K All n,�,,hs r ser,,ed_
131 11
(Name of Notary Public: Print, Sramp
or Type as commissioned,"
I
KNOW ALL MEN BY THESE PRESENTS:
That, pursuant to the requirements of Florida Statute 255.01, et seq., Florida Statutes, we,
whose business address is and whose
Ondividual, President, Manapng Member or General Partner, etc-)
Page 17 of 68
Thomas F. Pepe, 1-011 -2011 All ri&s re-serv&I
(Business Telephone)
SECOND PAGE OF A Tell) PAGE PAYMENT BOND THEREBY IS THE PRINCIPAL AND
IS THE SURETY
IN THE PRESENCE OF: —INSURANCE COMPANY:
B: ISEAL)
(Agent and Attorney - =n -fact Signature)
(City/State,/Zip
(Business Telephone)
STATE OF FLORIDA
COUNTY OF MIAMI - AIDE
On this, the day of 2 , before me, the undersigned notary Public of the State of
Florida, the foregoing payment bond was acknowledged by (Corporate Officer),
(Title), of (Name of Corporation), a
(State of Incorporation) corporation, on behalf of the corporation.
WITNESS my hand and official seal,
Notary Public, State of Florida
(Name of Notary Public: Print, Stamp
or Type as commissioned,)
Personally known to me, or
Personal ides of cation:
Type of identification Produced
Did take an oath, or
Did Not take an oath.
Power of Attorney must be attached.
END OF SECTION
Page 18 of
i
113 3,
I List the last three t3 completed similar projects.
a Project Narne-
m
Miami River Greenway NW 5th Street fridge Ext.
444 NW 2nd Ave,, Miami, FL. 33131
Owner Telephone: 86- 263 -2133
Original Contract Completion TIme
(Days): 270 Days
Original Contract Completion gate: October 2013
Actual Final Contract Completion
Date: October 2013
Original Contract Price:
Actual Final Contract Prig:
d} Project Marne:
11 Thomas F. Pepe, 20" 1 1 -220 13 Ail fighas reserved,
7 L'T3 13
'3flver Bluff DrainTge 1rrt roxernents
Owner Name: City of Miami
Owner Address: °144 NW 2nd A e,, Miami, FL 33131
Owner Telephone: 954 -6521-9 0613
Original Contract Completion Time
(mays): 180 Days
Actual Final Contract Price 55% 67` 55
Pr of Name: NW 143rd Street Drainage & Roadwav Imps.
{owner Name: City of O -Lucia
Owner Telephone:
Original Contract Completion Time
(Days ):
Original Contract Completion date:
Actual Final Contract Completion
Date-
C.,
7 11 13 B
780 Fisherr, -tan Street, Opa- Locka, FL 33054
365 Days
June 201
Original Contract Price: $468,644.80
Actual Final Contract Price: $468,644.80
3. Current workload
Pine Needle Lane & kid
Village of Pinecrest 305- 669 -6416
Garden Lane si��r����v�aier 1���2;. $1,012,000.00
Golden Glades Park &Ride FDOT 305 -986 -2754 $1,336,493.07
of
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
1. Government References:
Page 21 of 68
Thomas ; : Pepe, 011 -2013, All nghts reserved.
7/11,13/13
List other Government Agencies or Quasi-government Agencies for which you have done business within
the past five (5) years.
Name of Agency: City of Miami
Address: 444 NW 1-nd Avenue,' iami, FL 331 31
Telephone No.: 305-416-1298
Contact Person: Robert Fenton 1"S6-263- 2133), 133), Eric Rush (954-682-9063.1
Telephone No,.- 954-805-3681
Contact Person: Clece Aurelus
Type of Project.- 8-Inch Water Main and Site Restoration
Name of Agency: Vliarni-Dade County
Address- Miarni-Dade County Parks, Recreation and Open Spaces
Telephone No,- 786-<86-832�
..... ..... ,
Contact Person: Lvdia Sales
Type of Project: New Construction and Reconstruction of Bike Path
Page 22 of 68
—Ilhicmas R Pepe, 2011-2013, All nLffits reserved,
I I'l 3!'3
STATE OF FLORIDA
COUNTY OF MIAMI-DARE
Jose M, Alvarez being first duly sworn, deposes and states that
l) I le /Sheiihe is' are the President
(Owner, a er, Officer, Representative or Agent) of
'A Enaineering Contractor, Inc, the Despondent that has submitted the
attached Proposal;
rr
By-
Thornas s`.PYe, 2011-2013, I_. All -,jghts ram;
Print Name and Title
41/04i2014
Gate
AC-KNOWLEDGEMENT
STATE OF FLORIDA
COUNTY NTY OF ' IAMI -DADE
On this the 4th day of April 20 I , before me, t o undersigned Notary Public of the State
of Florida, personally appeared {Marne (s) of individual(s) who a geared }before �
notary) .lose M, Alvarez A rd whc e nar y) is /are Subscribed xrs the
within instrument, and he/she/they acknowledge that helshelt 4 e ed fit, .3
WITNESS ray hand and official seal.
NOTARY PUBLIC:
SEAL. OF OFFICE:
Maria G. Gutierrez
(lame of Notary Public: Print, Stamp or type as
cornrnissioned.)
Personally known to me, or
Personal identification:
Type of Identification Produced
Did take an oath, or
x Did Not cafe an oath.
Page 24 of
-Ph,, sF. ., . 20 :: ( ! 1 riwits resmed,
7'1 PI +T;
The award of any contract hereunder is subject to the provisions of Chapter- 112, Florida State Statutes.
Respondents must disclose -with their Proposals, the name of any officer, director, partner, associate or agent who
is also an officer or employee of the City of South Miami or its agencies,
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
This sworn statement is submitted to
City of South Miami
[print name of the public entity]
by Jose M, Alvarez, President
[print individual's name and title]
for JVA Engineering Contractor, Inc,
[print name of entity submitting sworn statement]
business address is and (if applicable) its Federal Employer Identification Number (FEIN) is
600 NW 32nd Ave, Miami, FL 314 (lf the entity has no FEIN, include the Social Security Number of the individual signing
this sworn staterrment: 8-12 7685
3, 1 understand that "convicted" or "conviction " as defined in Paragraph 287.133 (1) (b)" Florida
Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication
of guilt, in any federal or state trial court of record relating to charges brought by indictment or-
information after July I, 1989, as a result of a ;ury verdict, non-jury trial, or entry of a plea of guilty or
no to contendere.
I understand that an "affiliate" as defined in Paragraph 287,133 (I) (a), Eprida Statutes, means:
(a) A predecessor or successor of a person convicted of a public entity crime, or
(b) An entity under the control of any natural person who is active in the management of the entity
and who has been convicted of a public entity crime, The terra "affiliate" includes those officers,
directors, executives, partners, shareholders, employees, members, and agents who are active in
Page 25 of
Thonlas F Pere, 2( 11-2013. All rig
the management of an affiliate. The ownership by one person of shares constituting a controlling
interest in any person, or a pooling of equipment or income among persons when not for fair
market value under an arm's length agreement„ shall be a prima facie case that one person
controls another person, A person who knowingly enters into a joint venture with a person
who has been convicted of a public entity crime in Florida during the preceding 36 months shall
be considered an affiliate.
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 CONTRACTfNG C
IN E NTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY *ONLY,
THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN `WHICH IT IS FILED. I )
REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A (
THRESHOLD AMOUNT PROVIDED ?N SECTION 287.417, FLORI DA STATUTES, F
CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. <
Sworn to and subscribed before me this
Personally Known
OR Produced identification
Type of identification)
Form PUR 7068 ev,0611 1192)
V, t=iJna, . pe,w „1 0 €3, All fights re:e�-° = >ed,
4th day of
:ER FOR THE PUBLIC ENTITY
THAT THIS FORM IS VALID
U ND RSTAND THAT I AM
rmcf IN EXCESS OF THE
CAT GORY TWO OF ANY
commission expires �W "�1?,2018
typed or stamped cornmiissioned
of notary public)
XaNazmm�
« Thkynnas F Pepe, 2e -3J «:n >
m2 1
ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS
Dom Avenue Drainage Improvements
TO THE CITY OF SOUTH MIAMI
We. JVA Engineering Contractor, Inc, , (Name of CONTRACTOR), hereby acknowledge and agree that as
CONTRACTORs for the project as specified have the sole responsibility for compliance with all the
requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health
regulations, and agree to indernn ��_a " nd hold harmless the City of South Miami and against any and all liability,
claims, damages, losses and expenses�, they may incur due to the failure of (Sub-Contractor's names):
to comply with sup h act
CONTRACTOR
BY: Jose M, a "arez
Name
President
Title
Page 28 of 68
C Thom as F, Pep c, 2,0 11-20113 A I I dghts rueserved,
7111 13 13
LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS
BIDDER shall list all Proposed Subcontractors to be used on this project if they are awarded the Contract.
{
Landscape
1
Sodding and Turf Work
Electrical
I rrigation
Paving
Park Amenities
Graphics NO SUBCONTRACTORS
Utilities
Excavation
Building
Structures
Plumbing
Painting
Testing Laboratory
Soil Fumigator
Signs
Other.
This list shall be provided to the City of South Miami by the apparent lowest responsive and responsible Bidder
within five (S) business days after Bid Opening.
Page 29 of 68
0 Thomas F. Pepe: 2011-2013 All rights rese -ved
-7;1113! 13
RELATED PARTY TRANSACTION VERIFICATION FORM
Dom e e
() 1 and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or
any person or agency acting for the City, and that we have not appeared in representation of any third party
before any
board, commission or agency of the City within the past two years other than as follows:
(if necessary use a separate sheet to supply
additional information that will not fit on this line but ;Hake reference on the line above to the separate sheet, i.e.,
"see attached additional information" and make reference to this document and this paragraph on the additional
sheet which additional sheet must be signed under oath).
(8) No Other Firm?, near any officers or directors of that Other Firm or anyone who has a financial interest greater -
than 5% in that Other Firm, nor any member of those persons` immediate family (i,e- spouse, parents, children,
brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties ") has
responded to a solicitation by the City in which I or the Firm that 1 represent or anyone who has a financial
interest greater than 5% in the Firm, or any member of those persons` immediate family (i.e. spouse, parents,
children, brothers and sisters) have also responded, ether than the fallowing.
(9) 1 and the Firm agree that we are obligated to supplement this Verification Farm and inform the City of any
change in circumstances that would change our answers to this document, Specifically, after the opening of any
responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of
all Related Parties h -five also r g ncled to the same solicitation and to disclose the relationship of these
parties to me and t irn*
(1 fl) A violation of the
Verification Farr.; may
imposition of thejtr irr
and subject to ac ion by
have made a dflig nt effc
made here=nabov are
Print Name -a s M
Date. 4/04/20 1
thics rde, the giving of any false: information or the failure to supplement this
me ante Firm to immediate termination of any agreement with the City, and the
e andi ar any penalties allowed by lxw, Additionally, violations may be considered by
iami- ade County Commission on Ethics, Under penalty of perjury, 1 declare that I
nve igate the matters to which I arts attesting hereinabove and that the statements
I rrect to the best of my knowledge, information and belief.
Page 32 of 68
llepe.201 !-Ml-',, Al rights reserved.
I hernas F.
.'13 13
Page 33 of
Page 34 of 68
'nitimis F- pPe�201 1-2013 Ali righis resen-c-I
7 1113, I'll
Page 35 of 68
C Th
ornas F, Pepe, 2011-2013 Al i right-, resmed,
7
z6 i3 Ii
(Ord. No, 6-99-1680, § 2, 3-2-99)
Editor's note- Ord. No, 6-99-1680, § 1, adopted 3-2-99, repealed §§ SA -1 and 8A-2 in their entirety and replaced
them with new §§
A -1 and 8A-2, Former §§ 8A- I and 8A-2 pertained to declaration of policy and definitions, respectively, and
derived from Ord. No, 634, §§ 1 (1 A -1), 1 (1 A-2) adopted Jan . -11, 1969,
Rage 36 of 68
4� 11ornas R Pepe, 2W 1-2013, AN righ's rescrv-zd.
7 '1 LI 1 13
The City has considered the Proposal submitted by your firm for the Dorn Avenue s
in response to its advertisement for Request for Proposal and Instructions to Respondents.
You are hereby notified that your Proposal has been accepted for the darn Avenue Drainage Improvements
in the lump sum amount of _w broken down as follows-
Base Proposal.-
Alternate #L
Alternate 2.
Alternate #1
You are required by the Instructions to Respondents to execute the Contract and furnish the rewired
Performance Bond, Payment Bond, Insurance documents (see Proposal Submittal Checklist Fora) within ten (1 0)
day from the date of this Notice to you.
If you fail to execute said Contract and to furnish said bands or required Insurance documents within ten (I
calendar days from the date of this notice, the CITY, at its sole and absolute discretion, shall be entitled to
disqualify the Proposal, revoke the award and retain the Proposal Bond /Security. Please be advised that if the
contract price exceeds $5,000,00 or if it is a multi -year contract requiring payment out of more than one year's
appropriation, the award and the contract must be approved by the City Commission before it is binding on the
City.
You are required to returns an acknowledged copy of this Notice of Award to the City Manager,
Page 37 of
CONTRACT
THIS CONTRACT was made and entered into on this clay of 20 . by
and between hereafter referred to as
"Contractor ", and the City of South Miami, hereafter referred to as "Owner", through its City Manager, hereafter
referred to as "City".
Page 38 of
IN WITNESS 'd HEREOF, the parties hereto have execrated this Contract on the day and date set forth next
to their name below and may be signed in one or more counterparts, each of which shall, without proof or
accounting for the ether counterpart, be deemed an original Contract*
WITNESSES: CONTRACTOR:
Signature:
Nave:
kpr nt name of Witness) Title:
(print name of fitness)
AUTHENTICATION: OWNER: CITY OF SOUTH MIAMI
Signature: Signature:
`aria Menendez Steven Alexander
City Clerk City Massager
Read and Approved as to Form, Language,
Legality and Execution thereof:
Page 39 of
7 ;1, _
Page; 40 of 68
as F. Pepe, 271: 1 .- 013, All rights reserved.
71i 13f13
a & 0 -
RFP NO. PW-2014-03
Date: March 27, 2014
Sent: Fax/E-mail/webpage
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 Addendurns that may be issued for a specific
solicitation.
"Scope of Services" is hereby amended and made a part of this P. The following sections are
amended an added to the Scope of Services:
msa� a�
It is the contractor's responsibility to provide access to all businesses at all times.
Business signs shall be provided at the entrances to Dorn Avenue on Sunset Drive and
SW 73rd Street for all businesses affected by the roadway and drainage improvements
along Dorn Avenue to indicate that businesses are open and operational. Pedestrian
traffic shall be maintained in such a way that pedestrians can access businesses at all
times..
The project limit is Dorn Avenue (SW 59 Ave) between Sunset Drive (SW 72 Street)
and SW 73 Street. Staging Area- City Lot located at 5890 SW 69 Street, with an
entrance on SW 70-h Street (between SW 59th, Place and 58th Place).
Aefer to the Scope of Services, dated March 27,2014, copy attached to Addendum
No. 1, which replaces the Scope of Services included with the RFP.
Paae I of I
Z,
a 0 0 s �
' Avenue Drainage ImprovemenE
. r
Date: March 31, 2014
Sent; Fax - mail /webpa e
This addendum submission is issued to clarify, supplement and/or modify the previously issued
Request for Qualifications F 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 Addendums that
may be issued for a specific solicitation.
What are the working hours for the project?
Construction activity is limited between the hours from 7.00 a.m. to 6.00 p.m., Monday thru
Friday. Saturday hours shall be from 9:00 arts. to 5:00 p.m. No construction activity is
permitted on Sunday.
What type of signs are required to identify the name of the businesses located within the
project boundary?
Standard FDOT signage is required. There are approximately eight businesses located
within the project boundary. The City will advise the awarded contractor the specific names
of the affected businesses.
wze I of
ar •
Is it a requirement for the awarded contractor to contact I ERM for additional permitting and
approvals?
• , •
approved Plans were DERM. A right of way permit with the City is required. All fees for
City permits are waived. The City will be • • for project inspections.
�s
located There are two (2) types of brick within the project boundary.
responsibility of the awarded contractor to inspect the bricks and replace,
"in-kind" replacements to match existing bricks. Any damage to existing bricks due to the
construction will be required to be replaced, at the contractor's expense.
Yes, the businesses are aware of this project however, the awarded contractor must
accommodate the deliveries, shipments, trash pick -up, etc., with each business to minimize the
overall impact while the work is being accomplished through completion.
When does the start of the "30 day period" for project completion begin?
The "30 day period„ for project completion begins with the issuance of the purchase Order
during the month of May. No work shall begin prier to May F, 2014. The P.O. is issued
when contract is fully executed by all parties, contract or insurance is verified, and the
performance Bond has been secured by the contractor and is in possession of the City.
gage of
f •
Contractor shall conduct daily dust control. luring construction, the project site and all
adjacent areas shall be secured and maintained in a neat and clean manner, There shall be no
debris on the sidewalk.
Will there be landscaping involved?
There will be no landscaping work. However, the existing trees will need to be protected.
Possible root pruning may be required when leveling the sidewalk that is to be repaired.
Corn Avenue will remain closed to through traffic during the length of the project All
pavement open -cut shall be covered with metal plates at the end of each workday, No
trenches or pits shall be left open overnight.
Page of 3
+ a i a •
Project Name: Dorn Avenue Drainage Improverneng
RFP NO. ` f
Date: April 2, 2014
Sent: F -main ebpage
This addendum submission is issued to clarify, supplement andlor modify the previously issued
Request for Qualifications R 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 Addendurns that
may be issued for a specific solicitation.
We have the following question.
I. please clarify, according to the plans the typical section shows proposed " Barre rock base
course completely across the entire roadway and parking spaces. When you read the scope of
work, it states;
I. The existing bricks are to be removed and reinstalled
. Trench drains will be removed.
3. New French gains and valley gutter
It is not clear if we are to reconstruct the entire roadway width & parking to provide a new "
lime rack base, particularly to stabilize under the new valley gutters, then reset the pavers. or
simply to restore the lime rack base within the limits of the french drain and valley gutter and
stabilize the sub grade under the valley gutter then reset the existing pavers back.
A clarification is needed as to the limits of Lase work required and the magnitude of the lime
rock work. That is to remove and replace, or regrade existing lime rack and fix any damaged
lime rock due to french drain construction,
t p-e I of
The base for the pavers (8" limerock) will need to be replaced as depicted in the Typical
Section in the plans. The scope of work will include the replacement of the limerock base
under the pavers (full roadway width and parking) and the stabilized sub-base under the
proposed valley gutter.
Page 2 of 2
E N G I N E E R I N G
. C. d. N .T R A C .T CI R .. -I N C .
=April 4, 2014
City of South Miami
6130 Sunset Drive
First Floor
South Miami, FL 33143
Attn: Steven Kulick
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 PW- 2014 -03 Dorn Avenue
Drainagg 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
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 #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
6600 NW 32 Id Ave
Miami, FL 33147
TeL 305 -696- 7902 "Fax: 305 -696 -7903
Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation
Grading, Asphalt Pavement, Concrete Pavement. I
2007 Tri - C Construction Co, Inc. - CVS Pharmacy 4 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.
liggpigliqpi
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 Towel, III
Amount: $ 298,024.00
Scope of work: Water Distribution, Storm Water Dist. Sewer Dist,, Excavation &
Grading, Asphalt Pavement, Concrete Pavement.
Amount- $365,820.00
Scope of work: Asphalt Pavement, Drainage Distribution.
2007 3939 NW 2 5 th Street
Completion Date: August 2007
Amount* $9100.00
Scope of work- Storm Water Dist., Excavation & Grading, Asphalt Pavement,
Concrete Pavement,
CCU
500 SW 109th Avenue
Sweetwater, FL 33174
Contact: Antero Espinosa
Phone: (305) 221-0411
Fax: (305) 480 3849
2007 Various Locations Improvements (Drainage, Concrete & Asphalt
Pavement).
Amount* $55,786.25
Completion Date, July 2007
2007 SW 79h Ave Roadway Improvemen
Completion Date: November 2007 1
Amount: $280,196.50
Scope of work: Storm Water System, Asphalt Pavement, Concrete Pavement.
pjmmjpq�pi i pq�p��1�11111�
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. March 2014 (Active)
Amount- $1,012,000.00
Scope of Work, Storm Water System, Asphalt, Concrete Pavement
is as i i
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.
MIA- NW 67 1h Ave & NW 36 1h Street Intersection Improvements
Completion Date, October 2011
Value- $977,000.00
275 NW 2nd Street, 4h Floor
Miami, FIL 33128
Fax: 305-755-7995
Cell: 786-586-8325
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
Completion Date- August 2013
Amount- $2,054,514.45
Scope of Work: New Construction and Reconstruction of Bike Path,
I I I NW 1 Street
Miami, FL 33128
Contact: Jesus Gonzalez
Phone: 305 375 2172
2008 SAS D Roadway Rehabilitation Contract
Completion Date: June 2008
Amount, $323,000.00
Scope of work: Asphalt Pavement
Completion Date, October 2011
Amount: $ 356,572.78
Scope of Work- Pavement Markings
Install 24" DI Water Main
•
1_7
A
NAP Misc.-12 Sanitary Sewer Improvements
Project Number: RPO Ti 026
Amount: $ 838,558.26
Scope of work: Gravity Sewer, Force Main, Asphalt Pavement Restoration,
Concrete
City Hall 12-Inch Water Main Extension
Amouft $217,851.15
Scope of work- Water Distribution, Asphalt Pavement
Contact: Robert Fenton
Phone: 786-263-2133
E-mail: rfenton@miamigov.com
2011 Kinloch Storm Sewer Improvements PH-11
Completion Date: November 2011
Amount- $898,630.00
Scope of Work: Storm Sewer Distribution and Roadway Reconstruction
2013 Citywide Storm Sewer Repair Contract
Project No.- M-0083
Completion Date, February 2014
Amount: $995,855.00
Scope of Work: Storm Sewer Repair
2013 Silver Bluff Drainage Improvements
Project No., B-30776
Completion Date- September 2013
Amount- $557,677.55
Scope of Work, Construction of New Drainage System
Garland
Phone: 305-347-3235 or 305-905-2714
E-mail: kari@miaMjgq42A2v
Scups of work Various Site and Marine Construction
Opa-Locka Head Start Facility
Amount- $165,000.00
Scope of wok Water Distribution, Sturm Water Dist,, Excavation & Grading,
Asphalt Pavement.
Corgi Way Offices
Amount $105.057.59
Scope of work: Storm Water Dist. Sewer Gist,, Excavation & Grading, Asphalt
Pavement, Concrete Pavement.
Community Bible Baptist Church
Amount: 214,417.00
Scapa of work: Fiat r Distribution, Storm Water mist. Serer Dist., Excavation
Grading, Asphalt Pavement, Concrete Pavement.
VP Construction
7600 - -. -.
Miami F1 33143
MT 77
• ! •s 1.
Valencia Village
Amount- $218,276.50
Scapa of work: dater Distribution Storm Mater Gist. Bever Dist., Excavation
Grading, Asphalt Pavement, Concrete Pavement.
Roadway Improvements on SR 959 Coral day to SW 22 nd Street
Amount $73,932.00
Scope of Work, Drainage; and Asphalt Restoration, Striping and Signage.
Protect Number: E51
Amount- nt- $1,336,493.07
Completion late: September 2014
iii • • �• � • • ! �` •
ilatetone Way
Amount $1,054,313.50
Scope of fork: Concrete, Drainage, e, Asphalt Striping, Manhole, Manhole,
Sanitary Sever; and " Water Ilan
Beacon Tra eport Development District
Amount $123,
Scope of or: Concrete
2012 Nom' 143rd Street Drainage & Roadway Improvements 'ro ect
Completion Date, June 2012
Project Number- 11 -20121
Amount- $468,644.80
Scapa of Work: : Installatio of new Drainage System, Road Rehabilitation, repair
and Renovations of existing Sidewalks
2013New Port Fishing Pier and Restaurant Utilities
Completion Date- June 2013
Amount: $174,230.00
Scope of Work- 8" PVC Water Main
2013 Everglades National Park
Completion Date- December 2013
Amount: $850,000
Scope of Work* Resurfacing & Rehabilitation of 1 .09 miles of A-Loop Road (NPS
Route 220), 1.26 miles of Long Pine Key Access Road (NPS Route 228),
Superpave Asphalt Concrete Pavement Overlay, Pavement Markings and other
Miscellaneous Work.
If you have any questions, please do not hesitate to contact us.
lose M. Alvarez, President
IVA Engineering Contractor, Inc.
de— S—rA—nc-h I Ph: (305) 696-7902
6600 NW 32 Ave Fax: (305) 696-7903
Miami, FL 331.47 e-mail: cgCdjjvaengineedng.com
Expetienoe 2009-Present Jet Engineering Contractor, Inc,
2009 Port of Miami, Fender /Curb /Pad Eye Plate Repairs And Installation-
Gantry Area Installation of fenders, pad eyes, and curbs for seawall.
System and Water distribution
Miij i- @ R[gL1c t Ph: (305) 696-7902
6600 NW 32 Ave Fax: (395) 696 -7913
Miami, Ft 33147 e -mail. jma@jvaengineering.com
Experietwe 2002 - Current ,OVA Engineering Contractor, Inc.
cerwicabons 409-2012
2010
Army Corp of Engineers- Quality Control Manager
Certified General Contractor #CGC1 516849
Certified Underground Utility Contractor #CUC1224696
ffizlsmffl��
Primary Pipelines License # 07-1A14144-X
Major Roads License # 7- 3A-1.4 48-
Miami Dade County License
Engineering Contractor License # E221300
EducaWn 2002—Current Miami Dade Community College
1999-2002 South West High School Diploma
High School Diploma
rt
>
55
m
o (C)
CD CD
0 C
�r
iVm
=3
aw
��
N
5. O
L
m
�
cry•
�o
cu
o
o
jo
O
0
STATE OF FLORIDA
F" DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
1940 NORTH MONROE STREET
(860) 487 -1395
. 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 nearly one million
Floridians licensed by the Department Business
sTa►rE �toam� AC#
DEPARTMENT
of and Professional Regulation, j
Our professionals and businesses range from architects to yacht brokers, from
OF BUSINESS AND
PROFESSIONAI,::REGULATION
boxers, to barbeque restaurants, and they keep Florida's
economy strong.
Every day we work to improve the way we do business in order to serve better{
For
CGC 1 S 16 8 4 �' 09/06 2 118208900
you
information about our services, please log onto www.myffotidalicense.com, (
There you can find more information about our divisions
CERTIFIED 68�tERAL CONTRACTOR
and the regulations that f
impact YOU, subscribe to department newsletters and learn more about the
ALVARSZ, Jt3SN 1K,.'
Department's initiatives.
JVA - ENGINSxRI'NG * CONTRACTOR 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 new license! f
r5 caarxl2an ands
your
the provisions of Ch: 484 rs
t
rsvitet'" dace, AUG 31, 2014 L12090801488
DETACH HERE
C#6�554�3
5TATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING HOARD
SEQ# L12080801488
* w. L I CEN39 NBR
08/08/2012 118208900
CGC1.5Z6849:
The GENERAL CONTRACTOR
Named .below IS CERTIFIED
'Under the provisions of Chapter 483.F9.
Expiration date. AUG 31, 2014
ALVAREZ, JOSE M
JVA ENGINEERING CONTRACTOR INC
6600 NW 32ND AVE
MIAMI FL 33147
,
RICK SCOTT
- GOVERNOR
KEN LAWSON ;
DISPL AY nG Qiznr uocn csv o
SECRETARY ' '-
,r UMBRELLA LIAS . CUR
"-'EXCESS uA D
..._: cam,....- „�,a�- ��±A.�E
1 WORKERS COMPENSA11014 � I
! A.�d EMPLOYERS' UA. IUTY r r
ANY PR P IETOi ZIPARPE EXECUTIVE. � 1 10,330024596
(mandatory in NMI
unler
0i"SSdRiPrvON OF OPERATIONS below
EACH OCCURRENCE S 3,000,OCK)AM
12/17/ 2013 12' 1712014 AGGREGA rE 3,000.000-00
E L . EACH ACCIDENT' ! s
e2 {13 ?3 12;'1312614'
E u. C€ EASE - EA EMPLOYE S �
DESCRIPTION OF OPSRATIONS 1 LOCATIONS ; VEHICLES Nmach.ACORD 101, Addi ona# Remarks ch dws-, fI nwo space is required)
E°
CERTIFICATS HOLDER.
Citj of tt” Warn€i,
6136 Surset Drive
South Miami, 6L 33143
A ` RD 25 (2010105) QF
SHOULD ANY CAE THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THERE E, OTICE WILL BE DELIVERED I
ACCORDANCE WITH THE POLICY PROVISIONS,
AUTHORLZED REPRESENTATIVE
1986 -2010 ACORD CORPORATION, All rights reserved.
The ACORD name and logo are registered marks of ACORD