Loading...
JVA ENGINEERING CONTRACTORSouth ? 1a , ti H, (HYO� PI i_"ASANTI_IV1N( ' CITY OF SOUTH MIAMI Sunset Drive Improvements _ From •, SW 691h Avenue Proposal i RFP P- 2014 -07 The City of South Miami, Florida, hereinafter referred to as "CSM", through its chief executive officer (City Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request for Proposals" or "RFP "). All references in this Solicitation (also referred to as an "Invitation for Proposals ") to "City" shall be a reference to the City Manager, or the manager's designee, for the City of South Miami unless otherwise specifically defined. The City is hereby requesting sealed proposals in response to this RFP # P- 2014 -07 titled "Sunset Drive Improvements Phase V" The site is located along Sunset Drive (SW 72 Street) between SW 65th Avenue and SW 69th Avenue. The purpose of this RFP is to contract for the services necessary for the completion of the project in accordance with the "Scope of Services" as described in this RFP. 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.southmiamifl.gov which is the City of South Miami's web address for solicitation information. Proposals are subject to the Standard Terms and Conditions contained in the complete RFP Package, including all documents listed in the RFP Table of Contents. The Proposal Package shall consist of one (1) original unbound proposal, four (4) additional copies and one (1) digital (or comparable medium including Flash Drive, DVD or CD) copy all of which shall be delivered to the Office of the City Clerk located at South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. The entire Proposal Package shall be enclosed in a sealed envelope or container and shall have the following Envelope Information clearly printed or written on the exterior of the envelope or container in which the sealed proposal is delivered: the title of this RFP, as follows "Sunset Drive Improvements Phase V" RFP # P- 2014 -07 and the name of the Proposer (also referred to as "Respondent "). Special envelopes such as those provided by UPS or Federal Express will not be opened unless they contain the required Envelope Information on the front or back of the envelope. Sealed Proposals must be received by Office of the City Clerk, either by mail or hand delivery, no later than 10:00 A.M. local time on August 11, 2014. A public opening will take place at 10 A.M. on the same date in the City Commission Chambers located at City Hall, 6130 Sunset Drive, South Miami 33143. Any Proposal received after 10 A.M. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the person submitting the proposal and in favor of the Clerk's receipt stamp. A Non - Mandatory Pre- Proposal Meeting will be conducted at City Hall in the Commission Chambers at 6130 Sunset Drive, South Miami, FI 33143 on August 1, 2014 10:00 A.M. The conference shall be held regardless of weather conditions. Proposals are subject to the terms, conditions and provisions of this letter as well as to those provisions, terms, conditions, affidavits and documents contained in this RFP Package. The City reserves the right to award the Project to the person with the lowest, most responsive, responsible Proposal, as determined by the City, subject to the right of the City, or the City Commission, to reject any and all proposals, and the right of the City to waive any irregularity in the Proposals or RFP procedure and subject also to the right of the City to award the Project , and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price. © Thomas F. Pepe, 2014, 03/24/14 Maria M. Menendez, CMC City Clerk Page I of 73 SCHEDULE OF EVENTS No. Event Date* Time* (EST) Advertisement/ Distribution of RFP & Cone of I silence begins 07/25/14 5:00 PM Non - Mandatory Pre - Proposal Conference 2 City of South Miami, City Hall Chambers, 08/01/14 10:00 AM 6130 Sunset Drive, South Miami, FL 33143 3 Deadline to Submit Questions 08/05/14 10:00 AM 4 Deadline to City Responses to Questions 08/07/14 10:00 AM 5 Deadline to Submit Bid= Response 08/11/14 10:00 AM 6 Evaluation of Bid Responses 08/11/14 5:00 PM Agenda for Commission Approval of 7 Contractors /Cone of Silence ends 08/19/14 7 :00 PM END OF SECTION C Thomas F. Pepe, 2014 Page 2 of 73 4/28/2014 r SCOPE OF SERVICES 10 Scope of Work: The project consists of the milling and resurfacing of Sunset Drive SW 72nd Street. Other project elements include clearing and grubbing, new concrete sidewalk, including driveways, replacement of drainage grates, landscaping, irrigation, and pavement marking. All work as described in the plans entitled Sunset Drive Improvements Phase V, prepared by Stantec. The awarded vendor must obtain any permits required; however the City will waive all City permit fees. Permits that may be required by other agencies will be the responsibility of the awarded vendor, including applicable fees. II. Site Location: The site is located along Sunset Drive (SW 72 Street) between SW 65th Avenue and SW 69th Avenue. 111. Plans and Specifications Plans entitled Sunset Drive Improvements Phase V, prepared by Stantec, dated 10/04//13 consisting of 22 sheets. IV. Project Duration The current estimate to complete construction of the project is 120 days from issuance of Notice to Proceed. SPECIAL CONDITION: Due to traffic congestion in the area being affected by the improvements to the road, City staff recommends that work is to be performed during 9 AM to 5 PM, from Monday to Friday. Additionally, no full road closures will be allowed. One travel lane must be open at all times. V. Warranty: The standard manufacturer's warranty information must be provided in writing for all equipment 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 (1) year from the date of planting. Note: A Proposal Bond is NOT required for this project. END OF SECTION © Thomas F. Pepe, 2014 Page 3 of 73 4/28/2014 Summary of Quantities © Thomas F. Pepe, 2014 Page 4 of 73 4/28/2014 DESCRIPTION QUANTITY UNIT 1 Mobilization 1 LS 2 Maintenance of Traffic and Access 1 LS 3 Prevention, Control and Abatement of Erosion and Water Pollution 1 LS 4 Clear and Grubbing 1 LS 5 Back of sidewalk restoration (inc. but not limited to sod, landscaping, driveway restorations, etc) 1 LS 6 Asphalt Milling (1 ") 16,577 SY 7 Type FC -9.5 Friction Course (1" Thick) 1,003 TN 8 Exist. Type F Ditch Bottom Inlet to be Modified to Custom 4'x4' ADA Comliant Grate 2 EA 9 Remove and Replace Existing Guardrail 15 LF 10 Exist. Asphalt to be Removed 435 S.F. 11 Exist. Drainage Manhole to be Adjusted 1 EA 12 Adjust Existing Utility Manholes to Grade 1 LS 13 Relocate Exist. Mailbox 3 EA 14 Relocate Exist, Tree 1 EA 15 Remove Exist. Concrete 12 SF 16 Colorize Exist. Conc. Curb and Gutter 31352 LF 17 Conc. Curb and Gutter "F" 87 LF 18 Conc. Sidewalk (4" thick) 484 SY 19 Conc. Sidewalk (6" thick) 132 SY 20 Reset Existing Paver Drivway Aprons 541 SF 21 Detectable Warning Surface 144 SF 22 Sodding 27516 SY 23 Furnish and install Black Olive 5 EA 24 Furnish and install Crown of Thorns 220 EA 25 Furnish and Install Montgomery Palm 14 EA 26 St. Augustine "Floratam" Sod 18,592 SF 27 Shredded Maleluca Mulch 1 LS 28 Planting Soil 1 LS 29 Irrigation Complete 1 LS 30 Relocate Existing Sign 3 EA 31 Marker Pavement Retro- Reflective 1 LS 32 Thermoplastic (white) (message)(SCHOOL) 2 EA 33 Thermoplastic (white) (arrow) 11 EA 34 Thermoplastic (white) (6 ") 10' -30' Skip 41480 LF 35 Thermoplastic (white) (solid) (6 ") 3,024 LF 36 Thermoplastic (white) (solid) (12 ") 11256 LF 37 Thermoplastic (white) (solid) (18 ") 30 LF 38 Thermoplastic (white) (solid) (24 ") 245 LF 39 Thermoplastic (white) (solid) (24 ")(Crosswalk Zebra Striping) 375 LF 40 Thermoplastic (yellow) (6 ") 10' -30' Skip 732 LF 41 Thermoplastic (yellow) (solid) (6 ") 3,352 LF 42 Thermoplastic (yellow) (solid) (18 ") 100 LF 43 Thermoplastic (double yellow) (solid) (6 ") 500 LF 44 Permit Allowance 1 LS 45 Off Duty Police Allowance 1 LS 46 Safety Act 1 LS 47 Advance Exploration of Existing Utilities 1 LS 48 Project Signs double -sided 4'x8' with color graphics, as directed by City 2 EA 49 Contingency (15 %) 1 LS © Thomas F. Pepe, 2014 Page 4 of 73 4/28/2014 INSTRUCTIONS for RESPONDENT IT IS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION TO ENSURE THAT THE RESPONSE TO THE SOLICITATION (HEREINAFTER ALSO REFERRED TO AS THE "PROPOSAL" THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY CLERK ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE RFP FORM. I. Purpose of RFP. The City of South Miami is requesting proposals for the lowest and most responsive price for Sunset Drive Improvements Phase V. The City reserves the right to award the contract to the Respondent whose proposal is found to be in the best interests of the City. 2. Qualification of Proposing Firm. Response submittals to this RFP will be considered from firms normally engaged in providing the services requested. The proposing firm must demonstrate adequate experience, organization, offices, equipment and personnel to ensure prompt and efficient service to the City of South Miami. The City reserves the right, before recommending any award, to inspect the offices and organization or to take any other action necessary to determine ability to perform in accordance with the specifications, terms and conditions. The City of South Miami will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject all response submittals to this RFP where evidence submitted, or investigation and evaluation, indicates inability of a firm to perform. 3. Deviations from Specifications. The awarded firm shall clearly indicate, as applicable, all areas in which the services proposed do not fully comply with the requirements of this RFP. The decision as to whether an item fully complies with the stated requirements rests solely with the City of South Miami. 4. Designated Contact. The awarded firm shall appoint a person to act as a primary contact with the City of South Miami. This person or back -up shall be readily available during normal work hours by phone, email, or in person, and shall be knowledgeable of the terms of the contract. 5. Precedence of Conditions. The proposing firm, by virtue of submitting a response, agrees that City's General Provisions, Terms and Conditions herein will take precedence over any terms and conditions submitted with the response, either appearing separately as an attachment or included within the Proposal. In the event of a conflict between documents the following order of precedence shall apply, unless otherwise specified in the Contract or General Conditions to the Contract, and the conflicting document found above the other conflicting document or documents in the list shall take precedence over the documents in the list found below it: a) Addenda to RFP b) Attachments /Exhibits to RFP c) RFP d) Attachments /Exhibits to Special or supplementary conditions to Contract e) Special or supplementary conditions to Contract 0 Attachment/Exhibits to Contract g) Contract h) General Conditions to Contract i) Proposal 6. Response Withdrawal. After Proposals are opened, corrections or modifications to Proposals are not permitted, but the proposing firm may be permitted to withdraw an erroneous Proposal prior to the confirmation of the proposal award by City Commission, if the following is established: a) The proposing firm acted in good faith in submitting the response; b) The error was not the result of gross negligence or willful inattention on the part of the firm; c) The error was discovered and communicated to the City within twenty -four (24) hours of opening the response submittals received, along with a request for permission to withdraw the response; or d) The firm submits documentation and an explanation of how the response submittal error was made. 7. The terms, provisions, conditions and definitions contained in the Solicitation cover letter shall apply to these instructions to Respondents and they are hereby adopted and made a part hereof by reference. 8. Any questions concerning the Solicitation or any required need for clarification must be made in writing, by 10:00 AM, August 5, 2014 prior to the date of the RFP opening to the attention of Steven P. Kulick at skulick &outhmiamif1.gov or via facsimile at (305) 663 -6346. 9. The issuance of a written addendum is the only official method whereby interpretation and /or clarification of information can be given. Interpretations or clarifications, considered necessary by the City in response to © Thomas F. Pepe, 2014 4/28/2014 Page 5 of 73 such questions, shall be issued by a written addendum to the RFP Package (also known as "RFP Specifications" or "RFP ") by U.S. mail or other delivery method convenient to the City and the City will notify all prospective firms via the City's website. 10. Verbal interpretations or clarifications shall be without legal effect. No plea by a Respondent of ignorance or the need for additional information shall exempt a Respondent from submitting the Proposal on the required date and time as set forth in the public notice. 11. Cone of Silence: You are hereby advised that this Invitation to Propose is subject to the "Cone of Silence," in accordance with Miami -Dade County Ordinance Nos. 98106 and 99 -I. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on verbal communication with the City's professional staff. All written communication must comply with the requirements of the Cone of Silence. The Cone of Silence does not apply to verbal communications at pre - proposal conferences, verbal presentations before evaluation committees, contract discussions during any duly noticed public meeting, public presentations made to the City Commission during any duly notice public meeting, contract negotiations with the staff following the City Manager's written recommendation for the award of the contract, or communications in writing at any time with any City employee, official or member of the City Commission unless specifically prohibited. A copy of all written communications must be contemporaneously filed with the City Manager and City Clerk 12. Violation of these provisions by any particular Respondent or proposer shall render any recommendation for the award of the contract or the contract awarded to said Respondent or proposer voidable, and, in such event, said Respondent or proposer shall not be considered for any Solicitation for a proposal, for qualifications, for a letter of interest or bid concerning any contract for the provision of goods or services for a period of one year. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 13. Lobbying. All firms and their agents who intend to submit, or who submitted, bids or responses for this RFP, are hereby placed on formal notice that neither City Commissioners, candidates for City Commissioner or any employee of the City of South Miami are to be lobbied either individually or collectively concerning this RFP. Contact shall only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 14. Reservation of Right. The City anticipates awarding one contract for services as a result of this RFP and the successful firm will be requested to enter into negotiations to produce a contract for the Project. The City, however, reserves the right, in its sole discretion, to do any of the following: a) to reject any and all submitted Responses and to further define or limit the scope of the award. b) to waive minor irregularities in the responses or in the procedure required by the RFP documents. c) to request additional information from firms as deemed necessary. d) to make an award without discussion or after limited negotiations. It is, therefore, important that all the parts of the Request for Proposal be completed in all respects. e) to negotiate modifications to the Proposal that it deems acceptable. f) to terminate negotiations in the event the City deems progress towards a contract to be insufficient and to proceed to negotiate with the Respondent who made the next best Proposal. The City reserves the right to proceed in this manner until it has negotiated a contract that is satisfactory to the City. g) To modify the Contract Documents. The terms of the Contract Documents are general and not necessarily specific to the Solicitation. It is therefore anticipated that the City may modify these documents to fit the specific project or work in question and the Respondent, by making a Proposal, agrees to such modifications and to be bound by such modified documents. h) to cancel, in whole or part, any invitation for Proposals when it is in the best interest of the City. 15. Contingent Fees Prohibited. The proposing firm must warrant that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub - consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 16. Public Entity Crimes. A person or affiliate of the Respondent who has been placed on the convicted vendor list pursuant to Chapter 287 following a conviction for a public entity crime may not submit a Proposal on a contract to provide any goods or services, or a contract for construction or repair of a public building, may not submit proposals on leases of real property to or with the City of South Miami, may not be awarded a contract to perform work as a CONTRACTOR, Sub - contractor, supplier, Sub - consultant, or consultant under © Thoinas F. Pepe, 2014 Page 6 of 73 4/28/2014 a contract with the City of South Miami, and may not transact business with the City of South Miami for a period of 36 months from the date of being placed on the convicted vendor list. 17. Respondents shall use the Proposal Form(s) furnished by the City. Failure to do so may cause the Proposal to be rejected. Failure to include any of the Proposal Forms may invalidate the Proposal. Respondent shall deliver to the City, as a RFP Package, the following documents: a) The Invitation for Proposal and Instructions to Respondents. b) A copy of all issued addenda. c) Four (4) copies of the completed Proposal Form fully executed. d) Proposal Bond, (Bond or cashier's check) attached to the Proposal Form. e) Certificates of Competency as well as all applicable State, County and City Licenses held by Respondent f) Certificate of Insurance and /or Letter of Insurability. g) The entire RFP Package shall be placed in a sealed, opaque envelope and clearly marked with the Respondent's name and titled as follows: "SEALED PROPOSAL, "Sunset Drive Improvements Phase V" RFP #PW= 2014 -07. 18. All erasures and corrections must have the initials of the Respondent's authorized representative in ink at the location of each and every erasure and correction. Proposals shall be signed using Blue ink; all quotations shall be typewritten or printed with ink. All spaces shall be filled in with the requested information or the phrase "not applicable ". 19. Goods: If goods are to be provided pursuant to this RFP the following applies: a) Brand Names: If a brand name, make, manufacturer's trade name, or vendor catalog number is mentioned in this Solicitation, whether or not followed by the words "approved equal ", it is for the purpose of establishing a grade or quality of material only. Respondent may offer goods that are equal to the goods described in this Solicitation with appropriate identification, samples and /or specifications for such item(s). The City shall be the sole judge concerning the merits of items proposed as equals. b) Pricing: Prices should be stated in units of quantity specified in the Proposal Form. In case of a discrepancy, the City reserves the right to make the final determination at the lowest net cost to the City. c) Mistake: In the event that unit prices are part of the Proposal and if there is a discrepancy between the unit price(s) and the extended price(s), the unit price(s) shall prevail and the extended price(s) shall be adjusted to coincide. Respondents are responsible for checking their calculations. Failure to do so shall be at the Respondent's risk, and errors shall not release the Respondent from his /her or its responsibility as noted herein. d) Samples: Samples of items, when required, must be furnished by the Respondent free of charge to the City. Each individual sample must be labeled with the Respondent's name and manufacturer's brand name and delivered by it within ten (10) calendar days of the Proposal opening unless schedule indicates a different time. If samples are requested subsequent to the Proposal opening, they shall be delivered within ten (10) calendar days of the request. The City shall not be responsible for the return of samples. e) Respondent warrants by signature on the Proposal Form that prices quoted here are in conformity with the latest Federal Price Guidelines. f) Governmental Restrictions: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items offered on this Proposal prior to their delivery, it shall be the responsibility of the successful Respondent to notify the City at once, indicating in its letter the specific regulation which required an alteration. The City of South Miami reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel all or any portion of the Contract, at the sole discretion of the City and at no further expense to the City with thirty (30) days advanced notice. g) Respondent warrants that the prices, terms and conditions quoted in the Proposal shall be firm for a period of 180 calendar days from the date of the Proposal opening unless otherwise stated in the Proposal Form. Incomplete, unresponsive, irresponsible, vague, or ambiguous responses to the Invitations for Proposals shall be cause for rejection, as determined by the City. h) Safety Standards: The Respondent warrants that the product(s) to be supplied to the City conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) and its amendments. Proposals must be accompanied by a Materials Data Safety Sheet (M.S.D.S) when applicable. 20. Liability, Licenses & Permits: The successful Respondent shall assume the full duty, obligation, and expense of obtaining all necessary licenses, permits, and inspections required by this RFP and as required by law. The © Thomas F. Pepe, 2014 4/28/2014 Page 7 of 73 Respondent shall be liable for any damages or loss to the City occasioned by the negligence of the Respondent (or its agent or employees) or any person acting for or through the Respondent. Respondents shall furnish a certified copy of all licenses, Certificates of Competency or other licensing requirement necessary to practice their profession and applicable to the work to be performed as required by Florida Statutes, the Florida Building Code, Miami -Dade County Code or City of South Miami Code. These documents shall be furnished to the City as part of the Proposal. Failure to have obtained the required licenses and certifications or to furnish these documents shall be grounds for rejecting the Proposal and forfeiture of the Proposal Bond. 21. Insurance: Respondent shall meet the Indemnification and Insurance Requirements set forth in the General Conditions to the Contract which is attached to this RFP Package. a) Failure to fully and satisfactorily comply with the City's insurance and bonding requirements set forth herein shall authorize the City to implement a rescission of the Proposal Award or rescission of the recommendation for award of contract without further City action. The Respondent, by submitting a Proposal, thereby agrees to hold the City harmless and agrees to indemnify the City and covenants not to sue the City by virtue of such rescission. 22. Copyrights and /or Patent Rights: Respondent warrants that as to the manufacturing, producing or selling of goods intended to be shipped or ordered by the Respondent pursuant to this Proposal, there has not been, nor will there be, any infringement of copyrights or patent rights. The Respondent agrees to indemnify City from any and all liability, loss or expense occasioned by any such violation or infringement. 23. Award of Proposals: The City of South Miami reserves the right to award the contract to the lowest, most responsive, responsible Respondent, as determined by the City Commission, subject to the right of the City to reject any and all proposals, to waive any irregularity in the proposals or RFP procedure and subject also to the right of the City to award contract to a Respondent other than the one with the lowest price for the work. The Respondent to this RFP agrees that by submitting a response or a proposal, that said Respondent agrees to the terms of the form contract and to the terms of the general conditions to the contract, both of which are part of this RFP package and agrees that Respondent's signature on the response to this RFP shall be treated as the Respondent's signature on the contract after the appropriate information, obtained from the proposal, is inserted into any blank spaces in the contract documents. 24. Evaluation of Proposals: The City, at its sole discretion, reserves the right to inspect the facilities of any or all Respondents to determine its capability to meet the requirements of the Contract. In addition, the price, responsibility and responsiveness of the Respondent, the financial position, experience, staffing, equipment, materials, references, and past history of service to the City and /or with other units of state, and /or local governments in Florida, or comparable private entities, will be taken into consideration in the Award of the Contract. 25. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as amended, when requested shall be cause for rejection of the Proposal as determined by the City. 26. Public Entity Crimes: A person or affiliate who was placed on the Convicted Vendors List following a conviction for a public entity crime may not submit a response on a contract to provide any services to a public entity, may not submit RFP on leases of real property to a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for a period of 36 months from the date of being placed on the Convicted Vendors List. 27. Contingent Fees Prohibited: The proposing firm must warrant that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub - consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 28. Hold Harmless: All Respondents shall hold the City, its officials and employees harmless and covenant not to sue the City, its officials and employees in reference to its decisions to reject, award, or not award a contract, as applicable, unless the claim is based solely on allegations of fraud and /or collusion. The submission of a proposal shall act as an agreement by the Respondent that the proposal bond shall not be released until and unless the Respondent waives any and all claims that the Respondent may have against the City that arise out of this RFP process or until a judgment is entered in the Respondent's favor in any suit filed which concerns this proposal process. In any such suit, the prevailing party shall recover its attorney's fees, court costs as well as expenses associated with the litigation. In the event that fees, court costs and expenses associated with the litigation are awarded to the City, the Proposal Bond shall be applied to the payment of those costs and any balance shall be paid by the Respondent. 29. Cancellation: Failure on the part of the Respondent to comply with the conditions, specifications, requirements, and terms as determined by the City, shall be just cause for cancellation of the Award or termination of the contract. © Thomas F. Pepe, 2014 4/28/2014 Page 8 of 73 30. Bonding Requirements: The Respondent, in submitting this Proposal, shall include a Proposal Bond in the amount of 5% of the total amount of the base Proposal on the Proposal Bond Form included herein. A company or personal check shall not be deemed a valid Proposal Security. 31. Performance and Payment Bond: The City of South Miami may require the successful Respondent to furnish a Performance Bond and Payment Bond, each, in the amount of 100% of the total Proposal Price, including Alternates if any, naming the City of South Miami as the obligee, as security for the faithful performance of the Contract and for the payment of all persons or entities performing labor, services and /or furnishing materials in connection herewith. The bonds shall be with a surety company authorized to do business in the State of Florida. 32. Forfeiture of Bid Securit /Performance and Payment Bond if any are required: 32.1 Within ten (10) calendar days of being notified of the Award, Respondent shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached. 32.1.1 Each Bond shall be in the amount of one hundred percent (100 %) of the Contract Price guaranteeing to CITY the completion and performance of the Work covered in such Contract as well as full payment of all suppliers, material man, laborers, or Subcontractor employed pursuant to this Project. Each Bond shall be with a Surety company whose qualifications meet the requirements of Sections 32.1.4, 32.1.5, and 32.1.6. 32.1.2 Each Bond shall continue in effect for five year after final completion and acceptance of the Work with the liability equal to one hundred percent (100 %) of the Contract Sum. 32.1.3 Pursuant to the requirements of Section 255.05(1), Florida Statutes, Respondent shall ensure that the Bond(s) referenced above shall be recorded in the public records of Miami -Dade County and provide CITY with evidence of such recording. 32.1.4 Each Bond must be executed by a surety company authorized to do business in the State of Florida as a surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for a least five (5) years. 32.1.5 The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revisions. 32.1.6 The CITY shall only be required to accept a surety bond from a company with a rating A. VII or better. 32.1.7 Failure of the successful Bidder /Respondent to execute and deliver the Contract, and deliver the required bonds and Insurance documents shall be cause for the CITY to annul the Notice of Award and declare the Bid and any security therefore forfeited. 33. Proposal Guarantee: The successful Respondent shall execute the Contract (Agreement) and provide the applicable insurance documents, and a Performance and Payment Bond, if required, within ten (10) calendar days of Notice of Award by the City. The Respondent who has the Contract awarded to him and who fails to execute the Contract and /or furnish the required Bonds and Insurance documents within the specified time shall, at the City's sole and absolute discretion, forfeit the Proposal Bond /Security that accompanied the Proposal, and the Proposal Bond /Security shall be paid to the City and retained as liquidated damages by the City, and it is agreed that this sum, if the bond is required and provided, is a fair estimate of the amount of damages the City will sustain in case the Respondent fails to enter into the Contract or furnish the Bonds and insurance documents. Proposal Bond /Security deposited in the form of a cashier's check drawn on a local bank in good standing shall be subject to the same requirements as a Proposal Bond. The City may, in its sole and absolute discretion, sue for breach of contract if the successful Respondent fails to provide the required insurance and bonding. 34. Pre - proposal Conference Site Visits: It is mandatory that all Respondents attend a pre - proposal conference if required or requested by the City, and tour all areas referenced in the Proposal Documents. It shall be grounds for rejecting a Proposal from a Respondent who did not attend the pre - proposal conference. No pleas of ignorance by the Respondent of conditions that exist, or that may hereinafter exist, as a result of failure to make the necessary examinations or investigations, or failure to complete any part of the RFP Package, will be accepted as basis for varying the requirements of the Contract with the City of South Miami or the compensation of the Respondent. 35. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed under the Contract to be awarded. Delays and extensions of time may be allowed only in accordance with the provisions stated in the appropriate section of the Contract Documents, including the Proposal Form. 36. Submittal Requirements: All Proposals shall comply with the requirements set forth herein. © Thomas F. Pepe, 2014 4/28/2014 Page 9 of 73 37. Cancellation of Bid Solicitation: The City of South Miami reserves the right to cancel, in whole or part, any invitation to bid when it is in the best interest of the City. 38. Respondent shall not discriminate with regard to its hiring of employees or subcontractors or in its purchase of materials or in any way in the performance of its contract, if one is awarded, based on race, color, religion, national origin, sex, age, sexual orientation, disability, or familial status. 39. All respondents, at the time of bid opening, must have fulfilled all prior obligations and commitments to the City in order to have their bid considered, including all financial obligations. Prior to the acceptance of any bid proposal or quotation, the City's Finance Department shall certify that there are no outstanding fines, monies, fees, taxes, liens or other charges owed to the City by the Respondent, any of the Respondent's principal, partners, members or stockholders (collectively referred to as "Respondent Debtors "). A bid, proposal or quotation will not be accepted until all outstanding debts of all Respondent Debtors owed to the city are paid in full. No bidder who is in default of any prior contract with the City may have their bid considered until the default is cured to the satisfaction of the City Manager. END OF SECTION © Thomas F. Pepe, 2014 Page 10 of 73 4/28/2014 Proposal Submittal Checklist Form This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified in an addendum to this RFP. The response shall include the following items: X Bid Form X Proposal Bid Bond X Performance Bond Power of Attorney X BIDDER Qualification Statement X Non - Collusion Affidavit X Public Entity Crimes and Conflicts of Interest X Drug Free Workplace X Acknowledgement of Conformance with OSHA Standards X List of Proposed Subcontractors and Principal Suppliers X Related Party Transaction Verification Form X Indemnification and Insurance Documents X X X X X X X X X /m X 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 © Thomas F. Pepe, 2014 Page I I of 73 4/28/2014 BID FORM THIS PROPOSAL IS SUBMITTED TO: Steven Alexander City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 I. If this Proposal is accepted the undersigned Respondent agrees that by signing this Bid Form, the Respondent is agreeing to each and every term, provision and condition contained in the form of the Contract that is included in this RFP Package ( "the RFP Contract "), and to perform and furnish all work as specified or indicated in this RFP for the Proposed Price, within the Contract Time and in accordance with the other terms and conditions of the RFP Package and the RFP Contract. The Respondent agrees that if the contract is awarded to the Respondent, the signature of the Respondent, or the signature of its authorized representative, on this Bid Form shall be the same as a signature on the RFP Contract. 2. Respondent accepts all of the terms and conditions of the Advertisement, RFP, Invitation for Proposals and Instructions to Respondents, including without limitation those dealing with the disposition of Proposal Bond /Security. This Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening. Respondent agrees to sign and submit the Contract with the Bonds, Insurance Policy with appropriate endorsements, Insurance Certificate and other documents required by the RFP within ten (10) calendar days after the date of the City's Notice of Award. 3. In submitting this Proposal, Respondent represents that: a. Respondent has examined copies of all the RFP Documents and of the following Addenda, if any (receipt of all which is hereby acknowledged.) Addendum No. 1 Dated: 08/04/2014 Addendum No. 2 Dated: 08/06/2014 Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: Addendum No. Dated: b. Respondent has familiarized himself with the nature and extent of the Contract Documents, the proposed work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. c. Subsurface conditions: If applicable to this RFP, the Respondent represents that: i. Respondent has studied carefully all reports and drawings, if applicable, of subsurface conditions and drawings of physical conditions. ii. Respondent has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies in addition to or to supplement those referred to in (c) above which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress, performance, or the furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. The Respondent hereby acknowledges that no additional examinations, investigations, explorations, tests, reports or similar information or data are, or will, be required by Respondent for any reason in connection with the Proposal. The failure of the Respondent to request a pre -bid marking of the construction site by any or all utility companies shall create an irrefutable presumption that the Respondent's bid, or proposal price, has taken into consideration all possible underground conditions and Respondent, if awarded the © Thomas F. Pepe, 2014 Page 12 of 73 4/28/2014 contract, shall not be entitled to a change order for any such condition discovered thereafter. iii. Respondent has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. iv. Respondent has reviewed and checked all information and data shown or indicated in the RFP Package or in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of all Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect to any Underground Facilities are, or will be, required by Respondent in order to perform and furnish the Work at the Contract Price, unless the respondent makes a written request to the City for additional information prior to submitting the bid or proposal as required in subsection ii above, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. d. Respondent has given the City written notice of all discovered in the Contract Documents and, if any found and notice given, the Respondent represents, the Respondent has received sufficient notice of the resolution is acceptable to Respondent and that the conflicts, errors or discrepancies. conflicts, errors or discrepancies that it has :onflicts, errors or discrepancies have been by submitting its proposal to the City, that resolution thereof from the City, that such Respondent waives any claim regarding the e. This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted pursuant to any agreement or rules of any group, association, organization, or corporation; Respondent has not directly or indirectly induced or solicited any other Respondent to submit a false or sham Proposal; Respondent has not solicited or induced any person, firm or corporation to refrain from responding; and Respondent has not sought by collusion or otherwise to obtain for itself any advantage over any other Respondent or over the CITY. 4. Respondent understands and agrees that the Contract Price is the amount that it needs to furnish and install all of the Work complete and in place. The Schedule of Values, if required, is provided for the purpose of Proposal Evaluation and when initiated by the CITY, it shall form the basis for calculating the pricing of change orders. The Contract Price shall not be adjusted in any way so as to result in a deviation from the Schedule of Values, except to the extent that the CITY changes the scope of the Work after the Contract Date. As such, the Respondent shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Proposal Price of: LUMP SUM BASE PRICE: Four Hundred Sixty Nine Thousand Four Hundred Fifty Eight Hundred dollars and Sixty Five Cents cents $ $4695458.65 Alternates: #1 08/04/2014 #5 #2 08/06/2014 #6 #3 #7 #4 #8 A fee breakdown, if applicable, for each task must be completed in the table shown above. Failure to complete this information shall render the proposal non - responsive. 0 Thomas F. Pepe, 2014 4/28/2014 Page 13 of 73 City of South Miami Sunset Drive Improvements - Phase V (SW 69 Ave. to SW 65 Ave.) August 04, 2014 ?9 DESCRIPTION TOTAL UNIT UNIT TOTAL 30 QUANTITY 3 PRICE 1 Mobilization 1 LS i0 01000 1, 2 Maintenance of Traffic and Access 1 LS 2 Prevention, Control and Abatement of Erosion and Water 1 3 Pollution 1 LS I 1000„ 4 Clear and Grubbin 1 LS 1 RT Back of sidewalk restoration (inc. but not limited to sod, Thermo lastic white 6" 10' -30' Ski 5 landsca in , drivpwqv restorations, etc 1 LS J 6 As halt Millin 1" 16,577 SY Thermo lastic white solid 6" 7 T e FC -9.5 Friction Course 1 "Thick 1,003 TN i ! 0 Exist. Type F Ditch Bottom Inlet to be Modified to Custom Thermo lastic white solid 12" 8 4'x4' ADA Comliant Grate 2 EA 9 Remove and Re lace Existin Guardrail 15 LF (40 Qp, 10 Exist. As halt to be Removed 435 S. F. `L 11 Exist. Draina e Manhole to be Adjusted 1 EA LF d 12 Ad'ust Existing Utility Manholes to Grade 1 LS 2„ (� 13 Relocate Exist, Mailbox 3 EA t 14 Relocate Exist. Tree 1 EA 1 1000. 15 Remove Exist. Concrete 12 SF !, 1Zp„ 16 Colorize Exist, Conc. Curb and Gutter 3,352 LF ! 17 Conc. Curb and Gutter"F' 87 LF 35 18 Conc. Sidewalk 4" thick 484 SY ( f 19 Conc. Sidewalk 6" thick 132 SY qS 20 Reset Existing Paver Drivway A rons 541 SF 21 Detectable Warnin Surface 144 SF 22 Soddino 21516 SY u 1 23 Furnish and install Black Olive 5 EA Qfl 24 Furnish and install Crown of Thorns ?9 _...... ...... Irri ation Com lete 1 1 LS LS ,a,tr ti 30 Relocate Existin Sin 3 EA 31 Marker Pavement Retro - Reflective 1 LS Q 32 Thermo lastic white messa e SCHOOL 2 EA 1 , s3 Thermo lastic white arrow 11 EA 1 RT 14 Thermo lastic white 6" 10' -30' Ski 4,480 LF F Cit 15 Thermo lastic white solid 6" 3,024 LF j�j 0 ;6 Thermo lastic white solid 12" 1,256 LF 7 Thermoplastic white solid 18" 30 LF 8 Thermo lastic white solid 24" 245 LF d Thermoplastic (white) (solid) (24 ")(Crosswalk Zebra Striping) 9 375 0 Thermo olastic (yellow - 10' -30' Skip 732 LF LF 1 2 Thermoplastic ellow solid 6" Thermo lastic 11 3,352 LF 43 e Owl IS0110 10 2 Thermo lastic double yellow) solid 6" 100 500 LF LF Jd 1 =I 44 45 Permit Allowance Off Duty Police Allowance 1 1 LS LS 46 Safety Act 1 LS vance Exploration of Ex's Utilities 1 LS 4Pr;oject double -sided 4'x8' with color graphics, as Cit 2 EA �, 1 LS Total Bid Items: E 5. The ENTIRE WORK shall be completed, in full, within 120 working days from the date stipulated in the NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result in the assessment of liquidated damages as set forth in the Contract. 6. Communications concerning this Proposal shall be addressed to: RESPONDENT: JVA Engineering Contractor, Inc. Address: 6600 NW 32nd Avenue Miami, Ft, 33147 Telephone: 305-696-7902 Facsimile: 305- 696 -7903 Attention: 7. The terms used in this Proposal which are defined in the Contract shall have the same meaning as is assigned to them in the Contract Documents, unless specifically defined in this RFP Package. SUBMITTED THIS 11th DAY OF PROPOSAL SUBMITTED BY: Freslaent August 305- 696 -7902 Telephone Number 305- 696 -7903 Fax Number 20 14 jma @jvaengineering. com Email Address END OF SECTON © Thomas F. Pepe, 2014 Page 14 of 73 4/28/2014 k • ' • . • C (Note: Not Required for this project.) STATE OF FLORIDA ) COUNTY OF MIAMI -DADE ) KNOW ALL MEN BY THESE PRESENTS, that we, X , as Principal, and , as Surety, are held and firmly bound unto the City of South Miami ( "City "), a municipal corporation of the State of Florida in the sum of Dollars ($ ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that: WHEREAS, the Principal has submitted the accompanying Proposal dated for the pursuant to an RFP and a condition precedent to the submission of said Proposal is that a Proposal Bond in the amount of five percent (5%) of the Base Proposal be submitted with said Proposal as a guarantee that the Respondent would fulfill the obligations set forth in the RFP and proposal documents; NOW THEREFORE, A. If the principal shall not withdraw said proposal within one hundred eighty (180) calendar days after the date for opening of the same, and shall, within ten (10) calendar days after the prescribed forms are presented to it for signature, enter into a written contract with the City in accordance with the proposal as accepted, and give bonds with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract, and provide proof of insurance as required, then the above obligations shall be void and of no effect, otherwise to remain in full force and effect. B. However, in the event of the principal's unauthorized withdrawal of said proposal within one hundred eighty (180) calendar days after the date of the opening of the same or the failure to enter into a written contract with the Owner in accordance with the proposal as accepted, and /or the failure to provide the City with bonds issued from good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such Contract and proof of insurance within ten (10) calendar days after the prescribed forms are presented to it for signature and /or in the event that the principal is not awarded the project but fails to waive all claims that arose or might have arisen out of the RFP process, then the above obligations shall remain in full force and effect and the bond shall thereafter be disburse, by court order, to the Owner in the full amount of the bond if the Proposal Documents provide for liquidated damages under the circumstance of the case or, if liquidated damages are not applicable, then in an amount that is adequate to fully compensate the Owner for all of its damages incurred due to the breach of the terms of this Bond, including all attorney fees, court costs and legal expense incurred by the City for any and all action taken, whether before or after the commencement of legal proceedings, including, proceedings required to obtain the court order of disbursement, including the cost of all appeals or other related proceedings, as well as the fees and costs incurred to collect these damages. IN WITNESS WHEREOF, the above bonded parties have executed this instrument under their several seals 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. SECOND PAGE OF A TWO (2) PAGE PROPOSAL BOND IN PRESENCE OF: K4 © Thomas F. Pepe, 2014 4/28/2014 (Individual or Partnership Principal) Page I5 of 73 (Seal) ATTEST: Secretary By: (Business Address) (City /State /Zip) (Business Telephone) (Corporate Surety)* *Impress Corporate Surety Seal IMPORTANT Surety companies executing bonds must appear on the Treasury Department's most current list (circular 570 as amended) and be authorized to transact business in the State of Florida. FAILURE TO COMPLETE. SIGN, & RETURN THIS FORM MAY DISQUALIFY YOU By: © Thomas F. Pepe, 2014 Page 16 of 73 4/28/2014 l FORM OF PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, pursuant number is whose telephone number is business address is County whose business to the requirements of Florida Statute 255.05, we, whose business address is and whose telephone as Principal (hereinafter referred to as "Contractor "), and whose business address is and as Surety, are bound to the City of South Miami whose and whose telephone number is , and Miami -Dade address is _as Obligee, (hereinafter referred and whose to as "City") telephone number is in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has entered into a Contract, for the Sunset Drive Improvements Phase V, 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 (plans) and specifications prepared by Stantec, Inc. which Contract is hereby made a part hereof by reference, and is hereafter referred to as the "Contract "; THE CONDITION OF THIS BOND is that the Contractor: 1. Fully performs the Contract between the Contractor and the City for the within days after the date of Contract commencement as specified in the Notice to Proceed and in the manner prescribed in the Contract; and 2. Indemnifies and pays City all losses, damages (specifically including, but not limited to, damages for delay and other foreseeable consequential damages), expenses, costs and attorney's fees, including attorney's fees incurred in appellate proceedings, mediation and arbitration, if any, that City sustains because of default by Contractor under the Contract or caused by or arising out of any action or proceeding to enforce the Contract or this Bond; and 3. Upon notification by the City, correct any and all patently defective or faulty Work or materials that appear within one (1) year after the issuance of the Certificate of Occupancy, and correct any and all latent defects that are discovered before the expiration of the third (3rd) year following the date of the issuance of the Certificate of Occupancy; and 4. Performs the guarantee of all Work and materials furnished under the Contract for the time specified in the Contract. If all of the forgoing conditions are met, then this Bond is void, otherwise it shall remain in full force and effect. Whenever Contractor shall be, and declared by the City to be, in default for failing to perform in strict accordance with any of the terms of the Contract, the Surety shall promptly remedy the default as well as perform in the following manner: Complete the Contract in accordance with the Contract's terms and conditions provided the City makes available, as Work progresses, that portion of the Contract Price that has not already been paid to, or on behalf of, the Contractor. The City shall not be required to pay any more than the amount of the Contract Price. The surety shall not be obligated to pay more than the maximum amount for which the Surety may be liable as set forth in the first paragraph of this bond. If the Surety fails to commence the Work within thirty (30) days of receipt of the City's declaration of a default or if the Surety fails to man the job with sufficient forces, or suspends the Work, for more than thirty (30) days, either consecutive or in combination with separate occasions, the City shall have the option, in the City's sole discretion, and without waiving its right to any other remedy or damages provided for by this bond, to complete the Work with other forces and the Surety shall pay for the cost to complete the Work. The term "balance of the Contract Price" as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by the City to the Contractor. 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. © Thomas F. Pepe, 2014 Page 17 of 73 4/28/2014 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. IN PRESENCE OF: No ATTEST: Secretary IN THE PRESENCE OF: and Attorney -in -fact Signature) STATE OF FLORIDA ) COUNTY OF MIAMI -DADE ) (Individual, President, Managing Member or General Partner, etc.) (Business Address) (City /State /Zip) (Business Telephone) (Corporate Name) (President) (Business Address) BY: (City /State /Zip) (Business Telephone) INSURANCE COMPANY: (Business Address) (City /State /Zip (Business Telephone) (Agent On this, the day of , 20_, before me, the undersigned notary public of the State of Florida, the foregoing performance 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: SEAL OF OFFICE: Personally known to me, or Personal identification: Did take an oath, or Notary Public, State of Florida type of Identification Produced Did Not take an oath. (Name of Notary Public: Print, Stamp or Type as commissioned.) © Thomas F. Pepe, 2014 4/28/2014 Page 18 of 73 FORM OF PAYMENT BOND 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 telephone number is as Principal, (hereinafter referred to as "Contractor "), and whose business address is and whose telephone number is as Surety, are bound to the City of South Miami, whose business address is and whose telephone number is as Obligee, (hereinafter referred to as "City ") in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, by written agreement, entered into a Contract for the Sunset Drive Improvements Phase V, awarded on the day of 20_, under Contract Number for the construction of (brief description of the Work) by the City in accordance with drawings (plans) and specifications prepared by Stantec, Inc. which Contract is hereby made a part hereof by reference and is hereafter referred to as the "Contract' THE CONDITION OF THIS BOND is that if the Contractor: I. Promptly performs the construction work in the time and manner prescribed in the Contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05, Florida Statutes, supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the prosecution of the work provided for in the Contract; and 3. Pays City all losses, damages, expenses, costs, and attorney's fees, including those incurred in any appellate, mediation or arbitration proceedings, if any, that Owner sustains because of a default by Contractor under the Contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this obligation shall be void; otherwise, it shall remain in full force and effect. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. 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. IN PRESENCE OF: (Individual, President, Managing Member or General Partner, etc.) (Business Address) (City /State /Zip) (Business Telephone) OR (Corporate Name) ATTEST: (President) Secretary (Business Address) SECOND PAGE OF A TWO PAGE PAYMENT BOND WHEREBY IS THE PRINCIPAL AND IS THE SURETY © Thomas F. Pepe, 2014 Page 19 of 73 4/28/2014 (City /State /Zip) (Business Telephone) IN THE PRESENCE OF: BY: STATE OF FLORIDA ) COUNTY OF MIAMI -DADE ) INSURANCE COMPANY: (Agent and Attorney -in -fact Signature) (Business Address) (City /State /Zip (Business Telephone) On this, the day of 20_, before me, the undersigned notary public of the State of Florida, the foregoing payment bond was acknowledged by (Corporate Officer), (Title), of (Name of Corporation), a (State of Incorporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC: SEAL OF OFFICE: Personally known to me, or Personal identification: Type of Identification Produced Did take an oath, or Did Not take an oath. *Power of Attorney must be attached. Notary Public, State of Florida (Name of Notary Public: Print, Stamp or Type as commissioned.) END OF SECTION © Thomas F. Pepe, 2014 4/28/2014 Page 20 of 73 RESPONDENT QUALIFICATION STATEMENT The response to this questionnaire shall be utilized as part of the CITY'S overall Proposal Evaluation and CONTRACTOR selection. I . Number of similar construction projects completed, a) In the past 5 years In the past 5 years On Schedule 7 b) In the past 10 years In the past 10 years On Schedule 9 2. List the last three (3) completed similar projects. a) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Miami River Greenway NW 54th Street Bridge of Miami 444 NW 2nd Avenue, Miami, FL 33131 786 - 263 -2133 270 Days October 2013 October 2013 $896,818.25 Actual Final Contract Price: $896,818.25 b) Project Name: Silver Bluff Drainage Improvements Owner Name: City of Miami Owner Address: 444 NW 2nd Avenue, Miami, FL33131 © Thomas F. Pepe, 2014 Page 21 of 73 4/28/2014 Owner Telephone: 954- 682 -9063 Original Contract Completion Time (Days): 180 Dyas Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price September 2013 September 2013 $577,677.55 $5573677.55 Project Name: NW 143rtd Drainage & Roadway Imps. Owner Name: City of Opa -Locka Owner Address: 780 Fisherman Street, Opa- Locka, FL 33054 Owner Telephone: 786- 382 -7917 Original Contract Completion Time (Days): 365 Days Original Contract Completion Date: June 2013 Actual Final Contract Completion Date: June 2013 Original Contract Price: $468,644.80 Actual Final Contract Price: $468,644.80 © Thomas F. Pepe, 2014 Page 22 of 73 4/28/2014 3. Current workload 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 5. 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 (5) years None Government References: 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: Telephone No. © Thomas F. Pepe, 2014 4/28/2014 444 NW 2nd Avenue, Miami, FL 33131 305- 416 -1298 Page 23 of 73 Project Owner Name Telephone Numbe�r Pine Needle Lane & Rock Garden Lane Stormwater Imp . Village of Pinecrest 305- 669 -6919 $150129000.00 Golden Glades Park & Ride Lot FDOT 305- 986 -2754 $19336,493.07 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 5. 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 (5) years None Government References: 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: Telephone No. © Thomas F. Pepe, 2014 4/28/2014 444 NW 2nd Avenue, Miami, FL 33131 305- 416 -1298 Page 23 of 73 Contact Person: Robert Fenton (786- 263 - 2133), Eric Rush (954- 682 -9063) Type of Project: Multiple Projects Name of Agency: City of Hollywood Address: 2600 Hollywood, Blvd. Hollywood, FL 33025 Telephone No.: 954- 805 -3681 Contact Person: Clece Aurelus Type of Project: 8 -Inch Water Main and Site Restoration Name of Agency: Miami -Dade County Parks, Recreation and Open Spaces Address: 272 NW 2nd Street, 4th Floor, Miami, FL 33128 Telephone No.: 786 -586 -8325 Contact Person: Lydia Salas Type of Project: New Construction and Reconstruction of Bike Path © Thomas F. Pepe, 2014 Page 24 of 73 4/28/2014 STATE OF FLORIDA COUNTY OF MIAMI -DADE Jose M. Alvarez Z being first duly sworn, deposes and states that: (1) He /She/They is /are the President (Owner, Partner, Officer, Representative or Agent) of JVA Engineering Contractor, Inc. the Respondent that has submitted the attached Proposal; (2) He /She /They is /are fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Respondent nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Bidding or proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Respondent, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other Respondent, or to fix any overhead, profit, or cost elements of the Proposal Price or the Proposal Price of any other Respondent, or to secure through a c lusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipie or y pers n interested in the proposed Work; (5) The price or prices quoted in the attached Prop sal are f r and pro er and are not tainted by any co mion, conspiracy, connivance, or unlawful ag eement t e part f the Respondent or any other its I nts, representatives, owners, employee or parti o intere t, including this affiant. Lalejancl vered in the Dresence -cif: Witness © Thomas F. Pepe, 2014 4/28/2014 By: a re Print Name and Title 08/11/2014 Date Page 25 of 73 ACKNOWLEDGEMENT STATE 0FFLORIDA ) COUNTY OFMIAM|-DAOE ) On this the _Ddh_ day of 2O_l4� before m of Florida, personally appeared (Name(s) of individual(s) who appea notary) Jose M. Alvarez within instrument, and he/she/they acknowledge that he/shcji4ey ek�e WITNESS my hand and official seal. NOTARY PUBLIC: the undersigned Notary Public of the State befo W3 SEAL OF OFFICE: Mudu G. Gutierrez H| (Name — of Notary Public: Print, ~~^^p or type as commissioned.) MY _X_ Personally known to me, nr zj Personal identification: ......... Type of Identification Produced Did take anoath, or x Did Not take an oath. (0 Thomas F. Pepe, xow 26 cf 73 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal for a Contract with a public entity for the construction of repair of a public building or public work, may not submit bids or proposals on leases or real property to a public entity, may not be awarded to perform Work as a CONTRACTOR, Sub - contractor, supplier, Sub - consultant, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list ". 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. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I. 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 48- 1277685 this sworn statement: and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid, proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 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 1, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1) (a), Florida 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 term "affiliate" includes those officers, © Thomas F. Pepe, 2014 Page 27 of 73 4/28/2014 directors, executives, partners, shareholders, employees, members, and agents who are active in 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. 1 understand that a "person" as defined in Paragraph 287.133 (1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] X Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. 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. 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 of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order ed by t Hearing Officer determined that it was not in the public interest to place the entity s bmitt g t ' sw rn statement on the convicted vendor list. [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTI G OFFIC FOR T PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY NLY, AN THAT T IS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILE . I ALS UNDER AND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INT A CO RACT EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATU ES, F AT ORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworn to and subscribed before me this 11th Personally known Jose M. Alvarez OR Produced identification N/ (Type of identification) Form PUR 7068 (Rev.06/ 1 1 /92) (0 Thomas F. Pepe, 2014 4/28/2014 day of 0 °4= 3� 2014 . NotAry Public = "State` -of Florida M+mmission expires August 11;2014 rinted, typed or stamped commissioned name of notary public) Page 28 of 73 � * ' Whenever two or more Bids or Proposals which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid or proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids or proposals shall be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: I) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that shall be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4) In the statement specified in Subsection (1), notify the employees, that, as a condition of working of the commodities or contractual services that are under Bid, he employee shall abide by the terms of the statement and shall notify the employee of any conviction of, or plea of guilty or nolo contendere toCraftv' ' on of Chapter 893 or of any controlled substance law of the United States or any statatio oc rring in the workplace no later than five (5) business days after such convict5) Impose a sanctio ' e the s tisfactory particip ation in a drug abuse assistance or rehabilitation pro is availa le in the employee's community, by any employee who is so convicted. 6) Make a good faith tinue t maintain a drug -free workplace through implementation of this section. As the person authorized to sign the tatem n , I ce ify that this firm complies fully with the above requirements. RESPONDENT'S Signature: Print Name: Jose M. A ez Date: 08/11/2014 O Thomas F. Pepe, 2014 Page 29 of 73 4/28/2014 i ! • ! • c i 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 indemnify and 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): President Title © Thomas F. Pepe, 2014 Page 30 of 73 4/28/2014 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. Address Telephone, Email Landscape Action Sod Miami, FL Sodding and Turf Work Electrical Irrigation Paving Park Amenities Graphics 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 (5) business days after Bid Opening. © Thomas F. Pepe, 2014 4/28/2014 Page 3 I of 73 RELATED PARTY TRANSACTION VERIFICATION FORM Jose M. Alvarez , individually and on behalf of JVA Engineering Contractor, Inc. ( "Firm ")have Name of Representative Company /Vendor /Entity read the City of South Miami ( "City ")'s Code of Ethics, Section 8A- I of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my knowledge, information and belief: (I) neither I nor the Firm have any conflict of interest (as defined in section 8A -1) with regard to the contract or business that I, and /or the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s), as defined in section 8A -I, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, i.e., a board or committee of the City[See Note #1 below], and (3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted with the city, or with any person or agency acting for the city, other than as follows: necessary use a separate sheet to supply additional information that will not fit on this line but make 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). [See Note #1 below]; and (4) no elected and /or appointed official or employee of the City of South Miami, or any of their immediate family members (i.e., spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly, in the contract between you and /or your Firm and the City other than the following individuals whose interest is set forth following their use a separate names: (if necessary use a separate sheet to supply additional information that will not fit on this line but make 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). The names of all City employees and that of all elected and /or appointed city officials or board members, who own, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the firm are as follows: (if necessary use a separate sheet to supply additional information that will not fit on this line but make 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). [See Note #1 below] (5) 1 and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use information, not available to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract. V Thomas F. Pepe, 2014 Page 32 of 73 4/28/2014 (6) 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 make 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). (7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City Commission; (ii) any city employee; or (iii) any member of any board or agency of the City other than as follows: (if necessary use a separate sheet to supply additional information that will not fit on this line but make 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). [See Note #1 below]; and. (8) No Other Firm, nor 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 I 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, other than the following: (if necessary use a separate sheet to supply additional information that will not fit on this line but make 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). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (8) shall be based solely on the signatory's personal knowledge and he /she is not required to make an independent investigation into the Other Firm, or the Firm he /she represents, as to their officers, directors or anyone having a financial interest in those Firms or any of their any member of those persons' immediate family.] (9) 1 and the Firm agree that we are obligated to supplement this Verification Form 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 o av c responded to the same solicitation and to disclose the relationship of those parties to me an the Fir (10) A violatioreMilis-tDade t 's Ethi s Code, the giving of any false information or the failure to supplement this Verification For In, ject m or the Firm to immediate termination of any agreement with the City, and the imposition of fine d /or any penalties allowed by law. Additionally, violations may be considered by and subject to e Mil i -Dade County Commission on Ethics. Under penalty of perjury, I declare that I have made a dto i estigate the matters to which I am attesting hereinabove and that the statements made hereinae a correct to the best of my knowledge, information and belief. Signature: I Print Nam M. Alvarez Date: 08/11/2 14 © Thomas F. Pepe, 2014 Page 33 of 73 4/28/2014 Note # 1: While the ethics code still applies, if the person executing this form is doing so on behalf of a firm with more than 15 employees, the statement in this section shall be based solely on the signatory's personal knowledge and he /she is not required to make an independent investigation as to the relationship of employees; if the firm is a publicly traded company, the statement in this section shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of employees or of those who have a financial interest in the Firm or of the financial interest in the Firm of city employees, appointed officials or the immediate family members of elected and /or appointed official or employee or as to the relationship by blood or marriage of employees, officers, or directors of the Firm, or of any of their immediate family to any appointed or elected officials of the City, or to their immediate family members. Sec. 8A -I - Conflict of interest and code of ethics ordinance. Municode Page I Of4 Sec. 8A -1. - Conflict of interest and code of ethics ordinance. (a) Designation. This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics Ordinance." This section shall be applicable to all city personnel as defined below, and shall also constitute a standard of ethical conduct and behavior for all autonomous personnel, quasi - judicial personnel, advisory personnel and departmental personnel. The provisions of this section shall be applied in a cumulative manner. By way of example, and not as a limitation, subsections (c) and (d) may be applied to the same contract or transaction. (b) Definitions. For the purposes of this section the following definitions shall be effective: (1) The term "commission members" shall refer to the mayor and the members of the city commission. (2) The term "autonomous personnel" shall refer to the members of autonomous authorities, boards and agencies, such as the city community redevelopment agency and the health facilities authority. (3) The term "quasi- judicial personnel" shall refer to the members of the planning board, the environmental review and preservation board, the code enforcement board and such other individuals, boards and agencies of the city as perform quasi - judicial functions. (4) The term "advisory personnel" shall refer to the members of those city advisory boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the city commission. (5) The term "departmental personnel" shall refer to the city clerk, the city manager, department heads, the city attorney, and all assistants to the city clerk, city manager and city attorney, however titled. (6) The term "employees" shall refer to all other personnel employed by the city. (7) The term "compensation" shall refer to any money, gift, favor, thing of value or financial benefit conferred, or to be conferred, in return for services rendered or to be rendered. (8) The term "controlling financial interest" shall refer to ownership, directly or indirectly, of ten percent or more of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm, partnership, or other business entity at the time of transacting business with the city. (9) The term "immediate family" shall refer to the spouse, parents, children, brothers and sisters of the person involved. (10) The term "transact any business" shall refer to the purchase or sale by the city of specific goods or services for consideration and to submitting a bid, a proposal in response to a RFP, a statement of qualifications in response to a request by the city, or entering into contract negotiations for the provision on any goods or services, whichever first occurs. (c) Prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business in which that person or a member of the immediate family has a financial interest, direct or indirect with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or position. Nothing in this subsection shall prohibit or make illegal: (1) The payment of taxes, special assessments or fees for services provided by the city government; (2) The purchase of bonds, anticipation notes or other securities that may be issued by the city through underwriters or directly from time to time. © Thomas F. Pepe, 2014 Page 34 of 73 4/28/2014 Waiver of prohibition. The requirements of this subsection may be waived for a particular transaction only by four affirmative votes of the city commission after public hearing upon finding that: (1) An open -to -all sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2), (3) and (4); (2) The proposal has been submitted by a person or firm offering services within the scope of the practice of architecture, professional engineering, or registered land surveying, as defined by the laws of the state and pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been submitted by a city person defined in paragraphs (b)(2), (3) and (4); (3) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself of such property or services without entering a transaction which would violate this subsection but for waiver of its requirements; and (4) That the proposed transaction will be in the best interest of the city. This subsection shall be applicable only to prospective transactions, and the city commission may in no case ratify a transaction entered in violation of this subsection. Provisions cumulative. This subsection shall be taken to be cumulative and shall not be construed to amend or repeal any other law pertaining to the same subject matter. (d) Further prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business through a firm, corporation, partnership or business entity in which that person or any member of the immediate family has a controlling financial interest, direct or indirect, with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will also be applicable to this subsection as though incorporated by recitation. Additionally, no person included in the term defined in paragraph (b)(1) shall vote on or participate in any way in any matter presented to the city commission if that person has any of the following relationships with any of the persons or entities which would be or might be directly or indirectly affected by any action of the city commission: (1) Officer, director, partner, of counsel, consultant, employee, fiduciary or beneficiary; or (2) Stockholder, bondholder, debtor, or creditor, if in any instance the transaction or matter would affect the person defined in paragraph (b)(1) in a manner distinct from the manner in which it would affect the public generally. Any person included in the term defined in paragraph (b)( 1) who has any of the specified relationships or who would or might, directly or indirectly, realize a profit by the action of the city commission shall not vote on or participate in any way in the matter. (E) Gifts. (I)Definition. The term "gift" shall refer to the transfer of anything of economic value, whether in the form of money, service, loan, travel, entertainment, hospitality, item or promise, or in any other form, without adequate and lawful consideration. (2)Exceptions. The provisions of paragraph (e)(1) shall not apply to: a. Political contributions specifically authorized by state law; b. Gifts from relatives or members of one's household, unless the person is a conduit on behalf of a third party to the delivery of a gift that is prohibited under paragraph(3); C, Awards for professional or civic achievement; d. Material such as books, reports, periodicals or pamphlets which are solely informational or of an advertising nature. (3) Prohibitions. A person described in paragraphs (b)(1) through (6) shall neither solicit nor demand any gift. It is also unlawful for any person or entity to offer, give or agree to give to any person included in the terms defined in paragraphs (b)(1) through (6), or for any person included in the terms defined in paragraphs (b)(1) through (6) to accept or agree to accept from another person or entity, any gift for or because of. a. An official public action taken, or to be taken, or which could be taken, or an omission or failure to take a public action; b. A legal duty performed or to be performed, or which could be performed, or an omission or failure to perform a legal duty; c. A legal duty violated or to be violated, or which could be violated by any person included in the term defined in paragraph (b)(1); or d. Attendance or absence from a public meeting at which official action is to be taken. © Thomas F. Pepe, 2014 Page 35 of 73 4/28/2014 (4) Disclosure. Any person included in the term defined in paragraphs (b)(1) through (6) shall disclose any gift, or series of gifts from anyone person or entity, having a value in excess of $25.00. The disclosure shall be made by filing a copy of the disclosure form required by chapter 112, Florida Statutes, for "local officers" with the city clerk simultaneously with the filing of the form with the clerk of the county and with the Florida Secretary of State. (f) Compulsory disclosure by employees of firms doing business with the city. Should any person included in the terms defined in paragraphs (b)(1) through (6) be employed by a corporation, firm, partnership or business entity in which that person or the immediate family does not have a controlling financial interest, and should the corporation, firm, partnership or business entity have substantial business commitments to or from the city or any city agency, or be subject to direct regulation by the city or a city agency, then the person shall file a sworn statement disclosing such employment and interest with the clerk of the city. (g) Exploitation of official position prohibited. No person included in the terms defined in paragraphs (b )(1) through (6) shall corruptly use or attempt to use an official position to secure special privileges or exemptions for that person or others. (h) Prohibition on use of confidential information. No person included in the terms defined in paragraphs (b)(1) through (6) shall accept employment or engage in any business or professional activity which one might reasonably expect would require or induce one to disclose confidential information acquired by reason of an official position, nor shall that person in fact ever disclose confidential information garnered or gained through an official position with the city, nor shall that person ever use such information, directly or indirectly, for personal gain or benefit. (i) Conflicting employment prohibited. No person included in the terms defined in paragraphs (b)(1) through (6) shall accept other employment which would impair independence of judgment in the performance of any public duties. (j) Prohibition on outside employment. (1) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an officer or employee of the city from any source other than the city, except as may be permitted as follows: a. Generally prohibited. No full -time city employee shall accept outside employment, either incidental, occasional or otherwise, where city time, equipment or material is to be used or where such employment or any part thereof is to be performed on city time. b. When permitted. A full -time city employee may accept incidental or occasional outside employment so long as such employment is not contrary, detrimental or adverse to the interest of the city or any of its departments and the approval required in subparagraph c. is obtained. c. Approval of department head required. Any outside employment by any full -time city employee must first be approved in writing by the employee's department head who shall maintain a complete record of such employment. d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in section I -I I of the Code of Miami -Dade County and, in addition shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation incurred by the city. (2) All full -time city employees engaged in any outside employment for any person, firm, corporation or entity other than the city, or any of its agencies or instrumentalities, shall file, under oath, an annual report indicating the source of the outside employment, the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment. City employee reports shall be filed with the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The city manager may require monthly reports from individual employees or groups of employees for good cause. (k) Prohibited investments. No person included in the terms defined in paragraphs (b)(1) through (6) or a member of the immediate family shall have personal investments in any enterprise which will create a substantial conflict between private interests and the public interest. (1) Certain appearances and payment prohibited. (1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall appear before any city board or agency and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall © Thomas F. Pepe, 2014 Page 36 of 73 4/28/2014 the person receive any compensation or gift, directly or indirectly, for services rendered to a third person, who has applied for or is seeking some benefit from the city or a city agency, in connection with the particular benefit sought by the third person. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a party who seeks legal relief from the city or a city agency through the suit in question. (2) No person included in the terms defined in paragraphs (b)(2), (3) and (4) shall appear before the city commission or agency on which the person serves, either directly or through an associate, and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall such person receive any compensation or gift, directly or indirectly, for services rendered to a third party who has applied for or is seeking some benefit from the city commission or agency on which the person serves in connection with the particular benefit sought by the third party. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a third party who seeks legal relief from the city commission or agency on which such person serves through the suit in question. (m) Actions prohibited when financial interests involved. No person included in the terms defined in paragraphs (b) (1) through (6) shall participate in any official action directly or indirectly affecting a business in which that person or any member of the immediate family has a financial interest. A financial interest is defined in this subsection to include, but not be limited to, any direct or indirect interest in any investment, equity, or debt. (n) Acquiring financial interests. No person included in the terms defined in paragraphs (b)(1) through (6) shall acquire a financial interest in a project, business entity or property at a time when the person believes or has reason to believe that the financial interest may be directly affected by official actions or by official actions by the city or city agency of which the person is an official, officer or employee. (0) Recommending professional services. No person included in the terms defined in paragraphs (b)(1) through (4) may recommend the services of any lawyer or law firm, architect or architectural firm, public relations firm, or any other person or firm, professional or otherwise, to assist in any transaction involving the city or any of its agencies, provided that a recommendation may properly be made when required to be made by the duties of office and in advance at a public meeting attended by other city officials, officers or employees. (p) Continuing application after city service. (1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall, for a period of two years after his or her city service or employment has ceased, lobby any city official [as defined in paragraphs (b)(1) through (6)] in connection with any judicial or other proceeding, application, RFP, RFQ, bid, request for ruling or other determination, contract, claim, controversy, charge, accusation, arrest or other particular subject matter in which the city or one of its agencies is a party or has any interest whatever, whether direct or indirect. Nothing contained in this subsection shall prohibit any individual from submitting a routine administrative request or application to a city department or agency during the two -year period after his or her service has ceased. (2) The provisions of the subsection shall not apply to persons who become employed by governmental entities, 501(c)(3) non - profit entities or educational institutions or entities, and who lobby on behalf of those entities in their official capacities. (3) The provisions of this subsection shall apply to all persons described in paragraph (p)(1) whose city service or employment ceased after the effective date of the ordinance from which this section derives. (4) No person described in paragraph (p)(1) whose city service or employment ceased within two years prior to the effective date of this ordinance shall for a period of two years after his or her service or employment enter into a lobbying contract to lobby any city official in connection with any subject described in paragraph (p)(1) in which the city or one of its agencies is a party or has any direct and substantial interest; and in which he or she participated directly or indirectly through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "directly' where he or she was substantially involved in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "indirectly" where he or she knowingly participated in any way in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. All persons covered by this paragraph shall execute an affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the © Thomas F. Pepe, 2014 Page 37 of 73 4/28/2014 requirements of this subsection do not preclude the person from lobbying city officials. (5) Any person who violates this subsection shall be subject to the penalties provided in section 8A -2(p). (q) City attorney to render opinions on request, Whenever any person included in the terms defined in paragraphs (b)(1) through (6) and paragraph (b)(9) is in doubt as to the proper interpretation or application of this conflict of interest and code of ethics ordinance, or whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that person, may submit to the city attorney a full written statement of the facts and questions. The city attorney shall then render an opinion to such person and shall publish these opinions without use of the name of the person advised unless the person permits the use of a name. (Ord. No. 6 -99 -1680, § 2, 3 -2 -99) Editor's note- Ord. No. 6 -99 -1680, § I, adopted 3 -2 -99, repealed §§ 8A -I and 8A -2 in their entirety and replaced them with new §§ 8A -I and 8A -2. Former §§ 8A -I and 8A -2 pertained to declaration of policy and definitions, respectively, and derived from Ord. No. 634, §§ I (I A -1), 1 (1 A -2) adopted Jan ...l 1, 1969. © Thomas F. Pepe, 2014 Page 38 of 73 4/28/2014 NOTICE OF AWARD The City has considered the Proposal submitted by your firm for the Sunset Drive Improvements Phase V 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 Sunset Drive Improvements Phase V in the lump sum amount of $ , broken down as follows: Base Proposal: Alternate # 1: Alternate #2: Alternate #3: You are required by the Instructions to Respondents to execute the Contract and furnish the required Performance Bond, Payment Bond, Insurance documents (see Proposal Submittal Checklist Form) within ten (10) day from the date of this Notice to you. If you fail to execute said Contract and to furnish said bonds or required Insurance documents within ten (10) 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. BY: Steven Alexander City Manager Dated this day of 120 ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by On this the day of , 20 BY: TITLE: You are required to return an acknowledged copy of this Notice of Award to the City Manager. © Thomas F. Pepe, 2014 Page 39 of 73 4/28/2014 CONTRACT Sunset Drive Improvements Phase V THIS CONTRACT was made and entered into on this day 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". WITNESETH: That, the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: I. The Contractor shall furnish all labor, materials, equipment, machinery, tools, apparatus, transportation and any other items necessary to perform all of the work shown on and described in the Contract Documents and shall do everything required by this Contract and the other Contract Documents hereinafter referred to as the Work. 2. The Contract Documents shall include this Contract, the General Conditions to the Contract, if any, the drawings, plans, specifications and project manual, if any, any supplementary or special conditions, other documents referring to this contract and signed by the parties, the solicitation documents ( "hereinafter referred to as `Bid Documents ") and any documents to which those documents refer and which are used by the Owner as well as any attachments or exhibits that are made a part of any of the documents described herein. 3. The Contractor shall commence the Work to be performed under this Contract on a date to be specified in a Notice to Proceed and shall complete all Work hereunder within the length of time set forth in the Contract Documents. 4. The Owner hereby agrees to pay to the Contractor for the faithful performance of this Contract, subject to additions and deductions as provided in the Contract Documents and any properly approved, written change orders, in lawful money of the United States, the amount Of: (Spell Dollar Amount here) Dollars ($ .00_), Lump Sum ( "Contract Price "). 5. The expenses of performing Work after regular working hours, and on Sunday and legal holidays shall be included in the Contract Price. However, nothing contained herein shall authorize work on days and during hours that are otherwise prohibited by ordinance unless specifically authorized or instructed in writing by the City. 6. If the Work is expected to require more than one month, the Owner shall make monthly partial payments to the Contractor on the basis of a duly certified and approved schedule of values for the Work performed during each calendar month by the Contractor, less the retainage (all as provided for in the Contract Documents), which is to be withheld by the Owner until completion and acceptance of the complete project in accordance with this Contract and the other Contract Documents and until such Work has been accepted by the City. 7. Upon submission by the Contractor of evidence satisfactory to the City that all labor, material, and other costs incurred by the Contractor in connection with the construction of the Work have been paid in full, and after compliance with the terms for payment provided for in the Contract Documents, final payment on account of this Contract shall be made within sixty (60) calendar days after the completion by the Contractor of all Work covered by this Contract and the acceptance of such Work by the City. 8. 8. In the event that the Contractor shall fail to complete the Work within the time limit stipulated in the Contract Documents, or the extended time limit agreed upon, in accordance with the procedure as more particularly set forth in the Contract Documents, liquidated damages shall be paid by the Contractor at the rate of $2,500 dollars per day, plus any monies paid by the Owner to the Consultant, if any, for additional engineering and inspection services, if any, associated with such delay. 9. It is further mutually agreed between the parties hereto that if a Payment and /or Performance Bond ( "Bond ") is required and if, at any time after the execution of this Contract and the Bond for its faithful performance and payment, the City shall deem the Surety or Sureties upon such bond(s) to be unsatisfactory, or if, for any reason such bond ceases to be adequate to cover the performance of the Work or payment to subcontractors and suppliers, the Contractor shall, at its expense within five (5) © Thomas F. Pepe, 2014 Page 40 of 73 4/28/2014 business days after the receipt of notice from the City so to do, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City. In such event, no further payment to the Contractor shall be deemed to be due under this Contract until such new or additional security for the faithful performance of the Work is furnished in the manner and in the form satisfactory to the City. 10. No additional Work or extras shall be done unless the same is duly authorized in writing and in advance of the work by appropriate action by the City and in accordance with the Contract Documents. 11. The date that this contract was "made and entered into" and its effective date is the date that the contract is the signed by the City. IN WITNESS WHEREOF, the parties hereto have executed this Contract on or prior to the day and date first above written, in five (5) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. WITNESSES: (print name of Witness) (print name of Witness) AUTHENTICATION: Signature: Maria Menendez City Clerk Read and Approved as to Form, Language, Legality and Execution thereof: Signature: City Attorney CONTRACT Signature: _ Name: Title: OWNER: Signature: CITY OF SOUTH MIAMI Steven Alexander City Manager © Thomas F. Pepe, 2014 Page 41 of 73 4/28/2014 GENERAL CONDITIONS Sunset Drive Improvements Phase V ARTICLE I — DEFINITIONS Whenever used in these General Conditions or in the other Contract Documents, the following terms shall have the meaning indicated. These definitions shall always apply when the section of the Contract specifically refers to this Article for the purpose of interpreting a word or group of words in that section of the Contract Document. However, when the section of the Contract, where the word to be defined is used, does not specifically refers to this Article to define the word or group of words, the definitions contained in this Article shall not apply unless the word or group of words, in the context of it or their use in the Contract Document in question, is /are ambiguous and open for interpretation. In addition, these definitions shall also not apply to interpret terms in a specific provision of a Contract Document if that specific provision contains a definition of these terms: Addenda: Written or graphic documents issued prior to the Bid Opening which modify or interpret the Contract Documents, Drawings and Specifications, by addition, deletions, clarifications or correction. Application for Payment: A form approved by the CONSULTANT, if any, or the City Manager which is to be used by the CONTRACTOR in requesting progress payments. Bid: The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices and other terms for the Work to be performed. Bidder: Any person, firm or corporation submitting a response to the Owner's solicitation for proposals or bids for Work. Bid Documents: The solicitation for bids or proposals and all documents that make up the solicitation including the instructions, form of documents and affidavits. Bonds: Bid bond, performance and payment bonds and other instruments of security, furnished by the CONTRACTOR and its surety in accordance with the Contract Documents and in accordance with the laws of the State of Florida. Change Order: A written order to the CONTRACTOR signed by the City Manager authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued after execution of the Contract. CITY: The City Manager for the City of South Miami, 6130 Sunset Drive, South Miami, FL 33143, unless the context wherein the word is used should more appropriately mean the City of South Miami. Construction Observer: An authorized representative of the CONSULTANT, if any, or otherwise a representative of the City assigned to observe the Work performed and materials furnished by the CONTRACTOR. The CONTRACTOR shall be notified in writing of the identity of this representative. Contract Documents: The Contract Documents shall include the Contract between the Owner and the Contractor, other documents listed in the Contract and modifications issued after execution of the Contract as well as all Bid Documents including but not limited to the solicitation for Bid, CONTRACTOR'S Bid, the Bonds, Insurance endorsements, Insurance Certificates and policies, the Notice of Award, the Notice to Proceed, the General Conditions, Special Conditions, if any, any Supplementary Conditions, the Technical Specifications, Drawings, including any incorporated specifications, addenda to the drawings issued prior to execution of the Contract, Change Orders, Construction Change Directives and any written order for a minor change in the Work, and written modifications to any of the Contract Documents. Contract Price: The total moneys payable to the CONTRACTOR pursuant to the terms of the Contract Documents. Contract Time: The number of calendar days stated in the Contract for the completion of the Work. Contracting Officer: The individual who is authorized to sign the contract documents on behalf of the OWNER. CONTRACTOR: The person, firm or corporation with whom the OWNER has executed the Contract. CONSULTANT: The person identified as the CONSULTANT in the Supplementary Conditions or, if none, then CITY's designated representative as identified in the Supplementary Conditions. Day: A period of twenty -four hours measured from the beginning of the day at 12:01 a.m. and it shall be presumed to be a calendar day unless specifically designated as a business day. © Thomas F. Pepe, 2014 Page 42 of 73 4/28/2014 Days: The number of twenty -four (24) hour periods following the event to which the word "days" refers commencing at 12:01 a.m. at the start of the next day. Therefore, in computing any period of time prescribed or allowed by the Contract Documents, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday, in which event the period shall run until the end of the next business day that is not a Saturday, Sunday or legal holiday. Defective Work: Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract Documents, or does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to the CONSULTANT'S recommendation of final payment (unless responsibility for the protection thereof has been delegated to the Owner); substitutions that are not properly approved and authorized, any deficiency in the Work, materials and equipment; materials and equipment furnished under the Contract that are not good quality and new unless otherwise required or permitted by the Contract Documents. Drawings: The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by the CONSULTANT, or if none, then by an architect or engineer hired by the City and are referred to in the Contract Documents. Field Order: A written order issued by the CONSULTANT which clarifies or interprets the Contract Documents in accordance with Paragraph 9.3 or orders minor changes in the Work in accordance with paragraph 10.2. Modification: (a) A written amendment of the Contract Documents signed by both parties, (b) a Change Order signed by both parties, (c ) a written clarification or interpretation if issued by the CONSULTANT in accordance with paragraph 9.3 or (d) a written order for minor change or alteration in the Work issued by the CONSULTANT pursuant to Paragraph 10.2. A modification may only be issued after execution of the Contract, it must be in writing and signed by the party against whom the modification is sought to be enforced. Notice of Award: The written notice by CITY to the apparent successful Bidder stating that upon compliance with the conditions precedent to be fulfilled by it within the time specified, CITY will execute and deliver the Contract to him. Notice to Proceed: A written notice given by CITY to CONTRACTOR (with copy to CONSULTANT) fixing the date on which the Contract Time shall commence to run and on which CONTRACTOR shall start to perform its obligations under the Contract Documents. Person: An individual or legal entity. Project: The entire construction operation being performed as delineated in the Contract Documents. Policy: The term "policy" as used in the Contract Documents shall mean the insurance binder, if it is issued, the declaration page of the policy and the body of the policy, including all endorsements. RFP: Request for Proposal. Shop Drawings: All drawings, diagrams, illustrations, brochures, schedules and other data which are prepared by the CONTRACTOR, a Subcontractor, manufacturer, supplier, or distributor, and which illustrate the equipment, material or some portion of the work and as required by the Contract Documents. Samples: Physical examples which illustrate materials, equipment or workmanship and establish standards by which the Work will be judged. Specifications: Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work. Subcontractor: An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the construction site. Substantial Completion: The date, as certified by the CONSULTANT, when the construction of the Project or a certified part thereof is sufficiently completed, in accordance with the Contract Documents, so that the Project, or a substantial part, can be utilized for the purposes for which it was intended without restriction or limitation to any degree, other than for the repair of minor "punch list" items; or if there be no such certification, the date when final payment is due in accordance with paragraph 14.9. However, in no event shall the project or portion thereof, be deemed to be substantially completed until a certificate of occupancy or certificate of use is lawfully issued by the applicable governmental agency. A certificate of Substantial Completion, issued by the CONSULTANT, shall be null and void if it is based on false, misleading or inaccurate information, from any source, or when it would not have been issue but for the consideration of Work that is thereafter found to be defective to a degree greater than that which would normally to be considered by the City to be minor "punch list" work. © Thomas F. Pepe, 2014 Page 43 of 73 4/28/2014 Supplier: Any person or organization who supplies materials or equipment for the Work, including the fabrication of an item, but who does not perform labor at the site of the Work. Surety: The individual or entity who is an obligor on a Bond and who is bound with the CONTRACTOR for the full and faithful performance of the Contract and for the payment of all labor, services and materials used on the project. Work: Any and all obligations, duties and responsibilities necessary for the successful performance and completion of the Contract. Notice: The term "Notice" as used herein shall mean and include all written notices, demands, instructions, claims, approvals and disapprovals required to obtain compliance with Contract requirements. Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or to an authorized representative of such individual, firm, or corporation, or if delivered at or sent by registered mail to the last known business address. Unless otherwise stated in writing, any notice to or demand upon the OWNER under this Contract shall be delivered to the City Manager and the CONSULTANT. ARTICLE 2 — PRELIMINARY MATTERS Award: 2.1 The CITY reserves the right to reject any and all Bids, at its sole discretion. Bids shall be awarded by the CITY to the lowest responsive and responsible Bidder. No Notice of Award shall be given until the CITY has concluded its investigation, as it deems necessary, to establish, to the satisfaction of the CITY, which Bidder is the most responsive and responsible of all the Bidders to complete the Work within the time prescribed and in accordance with the Contract Documents. The CITY reserves the right to reject the Bid of any Bidder who is not believed to be, in the sole discretion and satisfaction of the City, to be sufficiently responsible, qualified and financial able to perform the work. In analyzing a Bid, the CITY may also take into consideration alternate and unit prices, if requested by the Bid forms. If the Contract is awarded, the CITY shall issue the Notice of Award and give the successful Bidder a Contract for execution within ninety (90) day after opening of Bids. Execution of Contract: 2.2 At least four counterparts of the Contract, the Performance and Payment Bond, the Certificates of Insurance, the Binder of Insurance if issued, the Insurance Declaration Page if not included in the Policy of Insurance, the Policy of Insurance required by the Contract Documents, the written notice of designated supervisor or superintendent as provided in Section 6.1 of the General Conditions and such other Documents as required by the Contract Documents shall be executed and delivered by CONTRACTOR to the CITY within ten (10) calendar days of receipt of the Notice of Award. A Contract Document that requires the signature of a party may be executed in counterparts separately by each of the parties and, in such event, each counterpart separately executed shall, without proof or accounting for the other counterpart be deemed an original Contract Document. Forfeiture of Bid Security /Performance and Payment Bond, if any are required by the aDDlicable RFP: 2.3 Within ten (10) calendar days of being notified of the Award, CONTRACTOR shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached. 2.3.1 Each Bond shall be in the amount of one hundred percent (100 %) of the Contract Price guaranteeing to OWNER the completion and performance of the Work covered in such Contract as well as full payment of all suppliers, material man, laborers, or Subcontractor employed pursuant to this Project. Each Bond shall be with a Surety company whose qualifications meet the requirements of Sections 2.3.4, 2.3.5, and 2.3.6. 2.3.2 Each Bond shall continue in effect for five year after final completion and acceptance of the Work with the liability equal to one hundred percent (100 %) of the Contract Sum. 2.3.3 Pursuant to the requirements of Section 255.05(1), Florida Statutes, CONTRACTOR shall ensure that the Bond(s) referenced above shall be recorded in the public records of Miami -Dade County and provide CITY with evidence of such recording. © Thomas F. Pepe, 2014 Page 44 of 73 4/28/2014 2.3.4 Each Bond must be executed by a surety company authorized to do business in the State of Florida as a surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for a least five (5) years. 2.3.5 The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revisions. 2.3.6 The CITY shall only be required to accept a surety bond from a company with a rating A. VII or better. 2.3.7 Failure of the successful Bidder to execute and deliver the Contract, and deliver the required bonds and Insurance documents shall be cause for the CITY to annul the Notice of Award and declare the Bid and any security therefore forfeited. Contractor's Pre -Start Representation: 2.4 CONTRACTOR represents that it has familiarized itself with, and assumes full responsibility for having familiarized itself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions and federal, state and local laws, ordinance, rules and regulations that may in any manner affect performance of the Work, and represents that it has correlated its study and observations with the requirements of the Contract Documents. CONTRACTOR also represents that it has studied all surveys and investigations, reports of subsurface and latent physical conditions referred to in the specifications and made such additional surveys and investigations as it deems necessary for the performance of the Work reflected in the Contract Documents and that he has correlated the results of all such data with the requirements of the Contract Documents. Commencement of Contract Time: 2.5 The Contract Time shall commence to run on the date stated in the Notice to Proceed. Starting the Project: 2.6 CONTRACTOR shall start to perform its obligations under the Contract Documents on the date the Contract Time commences to run. No Work shall be done at the site (as defined in Article 1), prior to the date on which the Contract Time commences to run, except with the written consent of the CITY. Before Starting Construction: 2.7 Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements and conditions. It shall at once report in writing to CONSULTANT any conflict, error, or discrepancy which it may discover. Neither the OWNER nor the CONSULTANT shall be liable for any harm, damage or loss suffered by CONTRACTOR as a result of its failure to discover any conflict, error, or discrepancy in the Drawings or Specifications nor shall the CONTRACTOR be entitle to any compensation for any harm, damage or loss suffered by the CONTRACTOR due to any conflict, error, or discrepancy in the Contract Documents. Schedule of Completion: 2.8 Within Five (5) business days after delivery of the Notice to Proceed by CITY to CONTRACTOR, CONTRACTOR shall submit to CONSULTANT for approval, an estimated construction schedule indicating the starting and completion dates of the various stages of the Work, and a preliminary schedule of Shop Drawing submissions. The CONSULTANT shall approve this schedule or require revisions thereto within seven (7) calendar days of its submittal. If there is more than one CONTRACTOR involved in the Project, the responsibility for coordinating the Work of all CONTRACTORS shall be provided in the Special Conditions. 2.9 Within five (5) business days after delivery of the executed Contract by CITY to CONTRACTOR, but before starting the Work at the site, a pre - construction conference shall be held to review the above schedules, to establish procedures for handling Shop Drawings and other submissions, and for processing Applications for Payment, and to establish a working understanding between the parties as to the Project. Present at the conference will be the CITY'S representative, CONSULTANT, Resident Project Representatives, CONTRACTOR and its Superintendent. © Thomas F. Pepe, 2014 Page 45 of 73 4/28/2014 Oualifications of Subcontractors. Material men and Suppliers: 2.10 Within five (5) business days after bid opening, the apparent lowest responsive and responsible Bidder shall submit to the CITY and the CONSULTANT for acceptance a list of the names of Subcontractors and such other persons and organizations (including those who are to furnish principal items of materials or equipment) proposed for those portions of the Work as to which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Contract Documents. Within thirty (30) calendar days after receiving the list, the CONSULTANT will notify the CONTRACTOR in writing if either the CITY or the CONSULTANT has reasonable objection to any Subcontractor, person, or organization on such list. The failure of the CITY or the CONSULTANT to make objection to any Subcontractor, person, or organization on the list within thirty (30) calendar days of the receipt shall constitute an acceptance of such Subcontractor, person or organization. Acceptance of any such Subcontractor, person or organization shall not constitute a waiver of any right of the CITY or the CONSULTANT to reject defective Work, material or equipment, or any Work, material or equipment not in conformance with the requirements of the Contract Documents. 2.11 If, prior to the Notice of Award, the CITY or the CONSULTANT has reasonable objection to any Subcontractor, person or organization listed, the apparent low Bidder may, prior to Notice of Award, submit an acceptable substitute without an increase in its bid price. ARTICLE 3— CORRELATION, INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS 3.1 It is the intent of the Specifications and Drawings to describe a complete Project to be constructed in accordance with the Contract Documents. The Contract Documents comprise the entire Contract between the OWNER and the CONTRACTOR. They may be altered only by a modification as defined in Article I. 3.2 The Contract Documents are complementary; what is called for by one is as binding as if called for by all the documents. If CONTRACTOR finds a conflict, error or discrepancy in the Contract Documents, it shall, before proceeding with the Work affected thereby, immediately call it to the CONSULTANT's attention in writing. The various Contract Documents are complementary; in case of conflict, error or discrepancy, the more stringent interpretation and requirement that shall provide the maximum benefit to the Owner shall apply 3.3 The words "furnish" and "furnish and install ", "install ", and "provide" or words with similar meaning shall be interpreted, unless otherwise specifically stated, to mean "furnish and install complete in place and ready for service ". 3.4 Miscellaneous items and accessories which are not specifically mentioned, but which are essential to produce a complete and properly operating installation, or usable structure, providing the indicated functions, shall be furnished and installed without change in the Contract Price. Such miscellaneous items and accessories shall be of the same quality standards, including material, style, finish, strength, class, weight and other applicable characteristics, as specified for the major component of which the miscellaneous item or accessory is an essential part, and shall be approved by the CONSULTANT before installation. The above requirement is not intended to include major components not covered by or inferable from the Drawings and Specifications. 3.5 The Work of all trades under this Contract shall be coordinated by the CONTRACTOR in such a manner as obtain the best workmanship possible for the entire Project, and all components of the Work shall be installed or erected in accordance with the best practices of the particular trade. 3.6 The CONTRACTOR shall be responsible for making the construction of habitable structures under this Contract rain proof, and for making equipment and utility installations properly perform the specified function. If the CONTRACTOR is prevented from complying with this provision due to the Drawings or Specifications, the CONTRACTOR shall immediately notify the CONSULTANT in writing of such limitations before proceeding with construction in the area where the problem exists. 3.7 Manufacturer's literature, when referenced, shall be dated and numbered and is intended to establish the minimum requirements acceptable. Whenever reference is given to codes, or standard specifications or other data published by regulating agencies or accepted organizations, including but not limited to National Electrical Code, applicable State Building Code, Florida Building Code, Federal Specifications, C Thomas F. Pepe, 2014 Page 46 of 73 4/28/2014 ASTM Specifications, various institute specifications, and the like, it shall be understood that such ARTICLE 4 — AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS Availability of Lands: 4.1 The OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be done, rights -of -way for access thereto, and such other lands which are designed for the use of the CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the OWNER, unless otherwise specified in the Contract Documents. Other access to such lands or rights -of -way for the CONTRACTOR'S convenience shall be the responsibility of the CONTRACTOR. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of material and equipment. 4.2 The CITY will, upon request, furnish to the Bidders, copies of all available boundary surveys and subsurface tests at no cost. Subsurface Conditions: 4.3 The CONTRACTOR acknowledges that he has investigated prior to bidding and satisfied himself as to the conditions affecting the Work, including but not limited to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, river stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary © Thomas F. Pepe, 2014 Page 47 of 73 4/28/2014 reference is to the latest edition including addenda in effect on the date of the Bid. 3.8 Brand names where used in the technical specifications, are intended to denote the standard or quality required for the particular material or product. The term "equal" or "equivalent ", when used in connection with brand names, shall be interpreted to mean a material or product that is similar and equal in type, quality, size, capacity, composition, finish, color and other applicable characteristics to the material or product specified by trade name, and that is suitable for the same use capable of performing the same function, in the opinion of the CONSULTANT, as the material or product so specified. Proposed equivalent items must be approved by CONSULTANT before they are purchased or incorporated in the Work. (When a brand name, catalog number, model number, or other identification, is used without the phrase "or equal ", the CONTRACTOR shall use the brand, make and model specified). 3.9 Throughout this agreement the male pronoun may be substituted for female and neuter and vice versa and the singular words substituted for plural and plural words substituted for singular wherever applicable. 3.10 All technical interpretations shall be made by the CONSULTANT as set forth in Section 9.3 below. 3.11 The CONTRACTOR shall advised the CONSULTANT, prior to performing any work involving a conflict in the Contract Documents and the CONSULTANT shall make the final decision as to which of the documents shall take precedence. In the event that there is a conflict between or among the Contract Documents, only the latest version shall apply and the latest version of the Contract Documents. The CONSULTANT shall use the following list of Contract Documents as a guide. These documents are set forth below in the order of their precedence so that all the documents listed above a given document should have precedence over all the documents listed below it. (a) Amendments and Change Orders (b) Addenda to Contract (c) Contract with all Exhibits thereto (d) Supplementary Conditions (e) Special Conditions (f) General Conditions (g) Written or figured dimensions (h) Scaled dimensions (i) Drawings of a larger scale (j) Drawings of a smaller scale (k) Drawings and Specifications are to be considered complementary to each other ARTICLE 4 — AVAILABILITY OF LANDS SUBSURFACE CONDITIONS REFERENCE POINTS Availability of Lands: 4.1 The OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be done, rights -of -way for access thereto, and such other lands which are designed for the use of the CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the OWNER, unless otherwise specified in the Contract Documents. Other access to such lands or rights -of -way for the CONTRACTOR'S convenience shall be the responsibility of the CONTRACTOR. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of material and equipment. 4.2 The CITY will, upon request, furnish to the Bidders, copies of all available boundary surveys and subsurface tests at no cost. Subsurface Conditions: 4.3 The CONTRACTOR acknowledges that he has investigated prior to bidding and satisfied himself as to the conditions affecting the Work, including but not limited to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, river stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary © Thomas F. Pepe, 2014 Page 47 of 73 4/28/2014 to and during prosecution of the Work. The CONTRACTOR further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done by the OWNER/ CONSULTANT on the site or any contiguous site, as well as from information presented by the Drawings and Specifications made part of this Contract, or any other information made available to it prior to receipt of bids. Any failure by the CONTRACTOR to acquaint itself with the available information shall not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing Work. The OWNER assumes no responsibility for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the OWNER/ CONSULTANT. Differing Site Conditions: 4.4 The CONTRACTOR shall within forty eight (48) hours of its discovery, and before such conditions are disturbed, notify the CITY in writing, of: 4.4.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents, and 4.4.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally inherent in Work of the character provided for in this Contract. The CITY shall promptly investigate the conditions, and if it finds that such conditions do materially differ to the extent as to cause an increase or decrease in the CONTRACTOR'S cost of, or the time required for, performance of any part of the Work under this Contract, an equitable adjustment shall be made and the Contract modified in writing accordingly. 4.5 No claim of the CONTRACTOR under this clause shall be allowed unless the CONTRACTOR has given the notice required in 4.4 above; provided, however, the time prescribed therefore may be extended by the CITY, but only if done in writing signed by the City Manager or the CONSULTANT. ARTICLE 5 — INSURANCE 5.0 The Contractor shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to do business in the State of Florida as will protect the Contractor from claims as set forth below which may arise out of or result from the Contractor's operations under the Contract and for which the Contractor may be legally liable, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: 5.0.1 claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed; 5.0.2 claims for damages because of bodily injury, occupational sickness or disease, or death of the Contractor's employees; 5.0.3 claims for damages because of bodily injury, sickness or disease, or death of any person other than the Contractor's employees; 5.0.4 claims for damages insured by usual personal injury liability coverage; 5.0.5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; 5.0.6 claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; 5.0.7 claims for bodily injury or property damage arising out of completed operations; and 5.0.8 claims involving contractual liability insurance applicable to the Contractor's obligations under the Contract. Contractor's Liability Insurance: 5.1 CONTRACTOR shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by OWNER (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below: © Thomas F. Pepe, 2014 Page 48 of 73 4/28/2014 South Miami ADDENDUM No. #1 Project Name: Sunset Drive Improvements Phase V RFP NO. PW2014 -07 Date: August 4, 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 Addendums that may be issued for a specific solicitation. Special Note: Proposers must use the attached revised "Schedule of Values" form dated August 4, 2014 for all submittals. The revised form includes a Unit Price and Total column for a proposer to insert unit prices for each line item. The "Unit" varies with each line item. Question #1• Are all permit fees waived? Answer to Question #1: No, permit fees are waived only for permits directly issued by the City of South Miami. Permit fees will applied for those permits issued by other entities or governmental agencies. The Contractor however must apply and secure all permits associated for this project. Question #2• What is the budget amount for the Sunset Drive Improvements Phase V project? Answer to Question #2: Please refer to the line item in the City's FY 2014 Budget, Capital Improvements Projects (CIP) 5 -Year Plan titled "Sunset Drive Improvements - Construction," under Roadway Infrastructure, Pagel of 2 A copy of the CIP 5 -Year Plan is attached. Question #30 How should thermoplastic striping be addressed in a contractor's proposal? Answer to Question #3: Thermoplastic striping shall include the temporary striping within the unit price of a contractor's proposal. Question #40 How are the adjustment of manholes identified in the "Schedule of Values ?" Answer to Ouestion #4 The summary of quantities is referring to item #11 with a unit of "EA ". Item #12 is referring to a" LS" unit. The plans are considering a single manhole top to be adjusted, reflected in item #11, due to the milling and resurfacing of the other existing manholes and valve boxes. This could require adjustments for the final asphalt elevation. It is recommended Contractors visit the site and asses if the pavement elevation will vary so it can be included within item #12. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 2 of 2 South? Miami ADDENDUM No. #2 Project Name: Sunset Drive Improvements Phase V RFP NO, PW2014 -07 Date: August 6, 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 Addendums that may be issued for a specific solicitation. Question #1• How do we consider the Off Duty Police during the construction, full time? What rate does the Police Department use? Answer to Question #1: The contractor is to estimate the amount of hours required for the police, depending on the MOT they are planning to implement for the project. The summary of quantities refers to this item as a lump sum unit. The rate for this would be $45.00 per hour, per officer. A minimum 3hrs per detail will apply. IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION. Page 1 of 1 EIV G I"EE F=t I"G CONTRACTOR, I N C . August 11, 2014 City of South Miami 6130 Sunset Drive South Miami, FL 33143 Re: ]VA Engineering Contractors' Past Experience and Corporate References Attn: Procurement Department 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 -07 Sunset Drive Improvements Phase V From SW 65th Avenue to SW 69th Avenue The following is an official list of JVA's COMPLETED and ACTIVE projects for 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, JVA 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 #589737 1h & 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 6600 NW 32 "d Ave Miami, FL 33147 Tel: 305 - 696 - 7902 "Fax: 305 - 696 -7903 Completion Date: February 2006 Amount: $323,856.31 Scope of work: Water Distribution, Storm Water Dist, Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement, 2007 Tri - C Construction Co, Inc. - CVS Pharmacy # 6732 87th & Flagler Completion Date: August 2007 Amount: $688,823.453 Scope of work: Water Distribution, Storm Water Dist, Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement, John Moriarty & Associates of Florida, Ind. 1942 Tyler Street Hollywood, FL 33020 Contact: Bill Suarez Phone: (954) 261 =0781 Fax: (305) 944 =5352 2006 John Moriarty & Associates of Florida, Inc. — Trump Tower II Amount: $288,359.00 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement, 2006 John Moriarty & Associates of Florida, Inc. — Trump Tower III Amount: $ 298,024000 Scope of work: Water Distribution, Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement, MAD Construction Corp. 3930 NW 26th Street Miami, FL 33142 Contact: Alan Janney Phone: (305) 871 =6410 Fax: (305) 871 -1293 2006 Trademark Metal Recycling Completion Date: January 2007 Amount: $365,820.00 Scope of work: Asphalt Pavement, Drainage Distribution. 2007 3939 NW 25th Street Completion Date: August 2007 Amount: $91,600.00 Scope of work: Storm Water Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. City of Sweetwater 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 Kimley -Horn and Associates, Inc. 1691 Michigan Avenue Suite 400 Miami Beach, FL 33139 Contact: Walter Lugo Phone: (305) 673 =2025 Fax: (305) 673 =4882 2007 Retail Building 87th & Flagler Completion Date: August 2007 Amount: $3,500,000 Scope of work: Water Distribution, Storm Water Dist, Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement. Village of Pinecrest 12645 Pinecrest Parkway Pinecrest, Florida 33156 Contact: Daniel F. Moretti Phone: (305) 669 =6916 Fax: (305) 669 -6919 E -mail: moretti @pinecrest- fl.gov 2007 SW 79th Ave Roadway Improvements Completion Date: November 2007 Amount: $280,196.50 Scope of work: Storm Water System, Asphalt Pavement, Concrete Pavement, 2007 SW 70th Ave Improvements Completion Date: August 2007 Amount: $10,700.000 Scope of work: Storm Water System, Asphalt Pavement, Concrete Pavement. 2013 Pine Needle Lane & Rock Garden Storm Water Improvements Completion Date: March 2014 (Active) Amount: $1,012,000.00 Scope of Work: Storm Water System, Asphalt, Concrete Pavement KM Plaza Construction Services 120 NE 27th Street Suite 600 Miami, FL 33137 Contact: Robert Lalle Phone: (786) 693 =8717 Fax: (786) 693 -8738 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. E -mail: ipet @mikeqconst.com MIA- NW 67th Ave & NW 36th Street Intersection Improvements Completion Date: October 2011 Value: $977,000.00 Scope: Storm Sewer Distribution and Roadway Reconstruction Miami -Dade County- Parks, Recreation, and Open Spaces Department 275 NW 2nd Street, 4th Floor Miami, FL 33128 Contact: Lydia Salas Phone: 305= 755 =5456 Fax: 305 - 755 =7995 Celia 786= 586 =8325 E -mail: Iydias @miamidade.gov 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 Black Creek Trail Segment A -Phase I, II, and III Completion Date: August 2013 Amount: $2,054,514.45 Scope of Work: New Construction and Reconstruction of Bike Path, Miami Dade County Public Works Department 111 NW 1 Street Miami, FL 33128 Contact: Jesus Gonzalez Phone: 305 375 2172 2008 WASD Roadway Rehabilitation Contract 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 PTP Pavement Marking Installation Completion Date: October 2011 Amount: $ 356,572.78 Scope of Work: Pavement Markings 200897 th Ave Roadway Widening Completion Date: January 2009 Amount: $ 514,615.63 Scope of work: Asphalt Pavement, Clearing, Grubbing, Earthwork, Utility Adjustments, Fencing & Guardrail, and Concrete 2013 Drainage Improvement Project for Multiple Sites -NE 91 Street and NE 87th Street From NE 10 Court to North Bayshore Drive Project No.: 20130156 Completion Date: 05/31/2014 Amount: $632,909.70 Scope of Work: Drainage Improvements on Multiple Sites 2014 Roadway Improvements Multiple Sites Project No.: 20140014 Start Date: 07/01/2014 Completion Date: 07/01/2015 Amount: $437,418.48 Scopet of Work: Roadway Improvements of Multiple Sites Miami Dade County Water & Sewer Department 3071 SW 38 Ave, Miami, FL 33146 Contact: Nelson Cespedes Phone: 786 552 8142 E -mail: ncesp @miamidade.gov 2014 Furnish and Install 6", 8 ", and 10" DIP Force Main in NW 52nd Ave Completion Date: December 2014 Project Number: T1811 Amount: $775,281.75 Scope of Work: Water Main, Gravity Sewer and Force Main 2011 Perrine Cutler Ridge Water & Sewer Improvements Completion Date: December 2012 Project Number: TP0067 Amount: $2,254,103.10 Scope of Work: Water Main, Gravity Sewer and Force Main 2011 Furnish and Install 36 -Inch DI Water Main in NW 87th Ave Completion Date: December 2012 Project Number: T1562 Amount: $907,216.57 Scope of Work: Water Main, Gravity Sewer and Force Main Install 24" DI Water Main Project Number: ER# 15865 Amount: $698,858.67 Scope of work: Water Distribution, Asphalt Pavement NAP Misc. -12 Sanitary Sewer Improvements Project Number: RPQ T1026 Amount: $ 838558.26 Scope of work: Gravity Sewer, Force Main, Asphalt Pavement Restoration, Concrete City of South Miami 4795 SW 75th Avenue Miami, FL 33155 Contact: Ajibola Balogun Phone: (305) 668 -7355 City Hall 12 -Inch Water Main Extension Amount: $217,851.15 Scope of work: Water Distribution, Asphalt Pavement Citywide Resurfacing Project Phase II Project Number: SM- 2011 -16 -PW Amount: $195,788.34 Scope of Work: Road Resurfacing, Milling, Clearing and Grubbing, Asphalt Placement, Retro Reflective Pavement Markers and Striping City of Miami 444 NW 2nd Ave, Miami, FL 33131 Contact: Eric Rush Phone: 954 - 682 -9063 or 305 416 -1298 E -mail: erush @miamigov.com Contact: Robert Fenton Phone: 786= 263 -2133 E -mail: rfenton @miamigov.com 2011 Kinloch Storm Sewer Improvements PH -II Completion Date: November 2011 Amount: $898,630.00 Scope of Work: Storm Sewer Distribution and Roadway Reconstruction 2013 Miami River Greenway NW 5th Street Bridge Extension Project No.: B -30336 Completion Date: October 2013 Amount: $896,818.25 Scope of Work: Road Improvements, Drainage System Installations, Milling and Resurfacing, New Sidewalks replacement, Striping, Landscaping 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 2013 DISTRCIT 3- Roadway, Traffic & Drainage Improvements Part II Project No.: B- 40300, B- 40303, B- 40310, B- 40311, B -40317 Completion Date: February 2014 Amount: $343,301.15 Scope of Work: Road Improvements, Milling & Resurfacing, Drainage Improvements, Curb & Gutter, Sidewalk Repairs, Striping, Signs, and ADA ramp upgrades 2013 Garden Storm Sewers -Phase I Project No.: B30183 Completion Date: June 2014 Amount: $$776,678.50 Scope of Work: Design & Construction of Stormwater Drainage System, Milling & Resurfacing, Roadway Pavement, Reworking and Re- grading swales, Landscaping, Repair Sidewalks Port of Miami 1015 North America Way Miami, FL 33132 Contact: Bart Sanfilipo Phone: 305 - 347 -4988/ Contact: Juan Bergouignan Phone: 305 - 347 4974 Contac: Karl Garland Phone: 305= 347 -3235 or 305 - 905 -2714 E -mail: kari @miamidade.gov 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. 2012 Surface Lot E Taxi & Overflow Parking Lot Amount: $216,470.00 Completion Date: January 2013 Scope of work: Parking lot reconstruction, Asphalt Milling, New Asphalt, New Concrete 2014 Seaboard Marine Cargo Terminal Redevelopment Phase II Project No.: 2008 - 032.04 Amount: $6,196,835.57 Completion Date: March 2014 Scope of Work: Upgrading Existing Utility Infrastructure and Pavement for Approximately 8 Acres YEMC Construction 14750 SW 24th Street Miami, FL Contact: Carlos Armas Phone: (305) 219 0862 Coral Way Offices Amount: $105,067.50 Scope of work: Storm Water Dist. Sewer Dist., Excavation & Grading, Asphalt Pavement, Concrete Pavement, Gamma Construction 4850 SW 72 Ave Miami, FL 33155 Contact: Jorge Jones Phone: 305 661 1569 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 #128 Miami FI 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 111th Ave, Room 6203 Miami, FL 33172 Contact: John Bolton Phone: 305= 654 =7019 Fax: 305= 654 =7020 Contact: Sunday Enegieru Phone: 305= 640 =7103 Cell: 305 - 986 -2754 Roadway Improvements on SR 959 Coral Way to SW 22nd Street Amount $73,932.00 Scope of Work: Drainage, and Asphalt Restoration, Striping and Signage. Golden Glades Interchange Park & Ride Lot Project Number: E6110 Amount: $1,336,493.07 Completion Date: September 2014 Scope of Work: Rehabilitation and Improvement of Parking Lot Alvarez Engineers, Inc. 10305 NW 41 Street Suite 103 Doral, FL 33178 Juan R. Alvarez 305= 640 =1345 E -mail: Juan.Alvarez @AlvarezEng.com Waterstone Way Amount $1,054,313.50 Scope of Work: Concrete, Drainage, Asphalt Striping, Manhole, Manhole, Sanitary Sewer, and 8" Water Main Beacon Tradeport Development District Amount $120,000 Scope of Work: Concrete City of OPA -LOCKA 780 Fisherman Street Opa- Locka, FL 33054 Contact: Nasir Mohammad Phone: 786- 382 =7917 Fax: 305 - 953 -2824 Email: mnacir @opalockafl.aov 2012 NW 143rd Street Drainage & Roadway Improvements Project Completion Date: June 2013 Project Number: 1 1- 201 21 00 Amount: $468,644.80 Scope of Work: Installation of new Drainage System, Road Rehabilitation, Repair and Renovations of existing Sidewalks 2013 Rutland Street Drainage Improvements Completion Date: May 2013 Project Number: 12- 1607100 Amount: $127,850.00 Scope of Work: Drainage Improvements 2013 Burlington Drainage Improvements Completion Date: June 2013 Project Number: 12- 1712200 Amount: $463,529.45 Scope of Work: Drainage Improvements City of Hollywood 2600 Hollywood Blvd. Hollywood, FL Contact: Clece Aurelus Phone: 954= 805 -3681 Fax: 954= 921 -3258 E -mail: caurelus @hollywoodfl.org 2012 Distribution Piping Upgrades on N 56th Ave from Douglas Street to Stirling Road to N 58th Ave. Completion Date: February 2013 Amount: $930,000.00 Scope of Work: 8" Water Main and Site Restoration City of Sunny Isles Beach 18070 Collins Avenue Sunny Isles Beach, FL 33160 Contact: Helen Gray, PE Phone: 305= 792 -1913 Fax: 305= 792 =1641 E -mail: hgray @sibfl.net 2013New Port Fishing Pier and Restaurant Utilities Completion Date: June 2013 Amount: $174,230.00 Scope of Work: 8" PVC Water Main Federal Highway Administration Eastern Federal Lands Highway Division 21400 Ridgetop Circle Sterling VA 20166 -6511 Contact: Donald McIntosh Phone: 305= 242 -7771 E -mail: donald.macintosh @dot.gov 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. City of North Miami 776 NE 125th Street North Miami, LF 33161 =4116 Contact: Wisler Pierre Louis Phone: 305 - 895 -9838 E -mail: pwisler @northmiamifl.gov 2014 Biscayne Boulevard Force Main Improvements Project No.: 19 -13 -14 Start Date: August 2014 Completion Date: April 2015 Amount: $1,428,656.25 Scope of Work: Resurfacing & Rehabilitation of Force Main and other Miscellaneous Work If you have any questions, please do not hesitate to contact us. Sincerely, Jose M. Alvarez, President JVA Engineering Contractor, Inc. Miami -Dade Branch 6600 NW 32 Ave Miami, FL 33147 Ph: (305) 696 -7902 Fax: (305) 696 -7903 e -mail: jma @jvaengineering.com Jose Mario Alvarez Experience 2002- Current JVA Engineering Contractor, Inc. President 2013 City of Miami- Citywide Sewer Repair Contract, M -0083 Installation and Repair of the Storm Sewer system at locations citywide 2013 City of Miami- Miami River Greenway NW 5th Bridge Extension Furnishing all materials, labor, and equipment, necessary for road improvements, drainage system installations, milling and resurfacing, new sidewalks replacement, striping, signs, landscaping, hardscape, decorative street and pedestrian lighting, and ADA compliant ramps 2012 City of Hollywood- Distribution Piping Upgrade for Existing Condition N 56th Ave from Douglas Street to Stirling Road to N 58th Avenue , Furnish and Install 8 -inch D.I. Pipe and all D.I. Fittings 2012 Miami -Dade Water & Sewer Improvements- Furnish & Install 36 -Inch D.I. Water Main in NW 87th Avenue, Approximately 1,905 LF of 36 -Inch and 25 LF of 6 -inch ductile iron pipe and fittings for a water main in NW 87th Avenue from NW 154 Street to NW 186 Street, Section 10, 15, and 16 2011 Miami -Dade Water & Sewer Improvements - Perrine /Cutler Ridge Water & Sewer Improvements Basin A P0067- 41991 LF of Water Main Installation, 51035 LF of Sanitary Sewer Installation and 848 LF of 12" Gravity Sewer Installation, Sewer Lateral Installations and Restoration 2011 Miami -Dade Aviation Department- MIA NW 67th Ave and NW 36th Street Intersection Improvements, Land Clearing, Excavation, Earthwork, Pre - Stressed Concrete Pipe Storm Sewer Distribution, Subgrade, Base and Asphalt Pavement 2011 City of Miami- Kinloch Storm Sewer and Road Construction Project, Storm Drainage Distribution, Asphalt Pavement, and Concrete Work 2010 Marlins Ballpark, Storm Water Distribution 2009 Miami -Dade Water & Sewer- 8" Water Main Extension, Excavation Water Main Distribution, Restoration including Asphalt Pavement, and Concrete work 2009 Miami -Dade County Water & Sewer Department, NAP Misc, 12" Sanitary Sewer and Force Main Improvements, sanitary sewer and force main replacements, asphalt restoration, concrete restoration. 2009 Miami -Dade County Water & Sewer Department, Pump Station No. 57 Upgrade Sewage Pump Station including place suitable backfill material; refurbish wet well; electrical work, concrete sidewalk; and restoration 2009 Miami -Dade County Water & Sewer Department, Pump Station No. 46 Upgrade Sewage Pump Station including place suitable backfill material; refurbish wet well; electrical work, concrete sidewalk; and restoration 2009 Port of Miami, Cruise Terminal D &E Runway Extension for PBB and Mooring Bollards Construction of reinforced concrete runway and wheel pad slabs; compression auger cast piles; mooring bollards foundation concrete caps; tension auger cast piles; procurement and installation of six mooring bollards and demolition of abandoned electrical bays 2009 Port of Miami, Fender /Curb /Pad Eye Plate Repairs And Installation- Gantry Area Installation of fenders, pad eyes, and curbs for seawall. 2008 Miami -Dade Public Works, Rdwy Widening of 97th Ave Clearing & Grubbing, Excavation, Limerock Base, Milling, Paving, Concrete Work, Fencing & Guardrails, Electrical Work, Roadway Widening Signage, Pavement Markings & Signage, and Construction of New Roads 2008 Alvarez Engineers, Waterstone Way Widening at SW 312 St Clearing & Grubbing, Excavation, Limerock Base, Milling, Drainage, Manhole Installations, Paving, Concrete Work, Fencing & Guardrails, Electrical Work, Roadway Widening Signage, Pavement Markings & Signage 2008 FDOT, SR 959 Rdwy Improvements Excavation, Drainage Limerock Base, Milling, Paving, Signage, Pavement Markings 2008 John Moriarty & Associates of Florida Icon Brickell Site Work, Storm Drainage System, Sanitary Sewer System and Water Distribution, Asphalt Pavement, Concrete Work, Pavement Markings & Signage 2008 Miami -Dade Water & Sewer Department, Nap Misc. 12" Sanitary Sewer and Force Main Project Installation of 12" DIP Sewage Force Main, 12" DIP Gravity Sewer, Manhole installation and Pavement Repairs 2008 Miami -Dade County Water & Sewer Department, Installation of 24" DI Water Main, Construction of 24" Iron Ductile Water Main sub aqueous crossing canal C103 2008 Village of Pinecrest, Public Works Complex Drainage and Asphalt Resurfacing, Drainage and Asphalt Resurfacing 2008 City of South Miami, City Hall Water Main Improvements, Installation of 12" Water Main along Sunset Dr. and Asphalt Restoration 2008 Miami -Dade County, WASD Roadway Rehabilitation, Street Asphalt Pavement Rehabilitation 2008 Coreland Construction Co, Opa -Locka Head Start Facility, Storm Drainage System, Sanitary Sewer System, Water Distribution, Asphalt Pavement 2007 Miami -Dade County Park & Recreation Department, Biscayne Garden Park Improvements, Grading, Drainage, & Sidewalk 2007 KM Plaza, Town Center One at Dadeland, Site Work, Asphalt Paving, Concrete, Storm Drainage System, Sanitary Sewer System and Water Distribution 2007 Tri - C Construction Co, Inc. - CVS Pharmacy #6732 87 & Flagler Site Work, Asphalt Paving, Concrete, Storm Drainage System, Sanitary Sewer System and Water Distribution 2007 Robertson Properties Group — Nationwide Theaters, W. Flagler St Site Work, Asphalt Paving, Concrete, Storm Drainage System, Sanitary Sewer System and Water Distribution 2007 City of Sweetwater — Various Street Improvements Storm Drainage System, Sidewalks & Asphalt Paving 2006 John Moriarty & Associates of Florida, Inc. — Trump Tower II Site Work, Storm Drainage System, Sanitary Sewer System and Water Distribution 2006 John Moriarty & Associates of Florida, Inc. — Trump Tower III Site Work, Storm Drainage System, Sanitary Sewer System and Water Distribution 2005 Tri - C Construction Co, Inc. - CVS Pharmacy #5897 37th & 199th Site Work, Asphalt Paving, Concrete, Storm Drainage System, Sanitary Sewer System and Water Distribution 2005 Tri - C Construction Co, Inc. - CVS Pharmacy #7131 Kendall & 127th Site Work, Asphalt Paving, Concrete, Storm Drainage System, Sanitary Sewer System and Water Distribution Ce tifCdtions Education State of Florida Army Corp of Engineers- Quality Control Manager OSHA 30 -Hour Certified General Contractor #CGC1516849 Certified Underground Utility Contractor #CUC1224696 Broward License Primary Pipelines License # 07- 1A14144 -X Major Roads License # 07 -3A- 14148 -X Miami Dade County License Engineering Contractor License # E221300 2002 — Current Associate in Arts 1999 -2002 High School Diploma Miami Dade Community College South West High School Diploma Miami, Fl Miami, Fl i LM O LM v ., wW+ W_ ■ W Q N N cu COOOO n C N N O E OOMMOMMMI L Imilmoof U) c (n U N O L �.± c: N M N L O � o V) > c � L 0 U0Q ca) C 0 od Close 0 N O N � O (1 �+ > E O V cm O L.� cu0� WU o _ cu� c0) c� >� MD c CU CU U O�a c � N N o c ..� O 0 N ` N Cc N U J � >% Q) �QQ. -,% N N C U � c J W N O O O O V) Z c0 -� > U V c J CL C: 0 N cn O __ ca > ui C .0 O N N N E O m0 0 Q U' C .E O O O vOi >_ W CL 00 N a) O M U S N N-o CL ca 0 Ct3 CCS m�� cm m 0 LU v o N 4) Ca 4) �c V Qmoo U CLM O �a� U ■— oa W ._ M N > 2 J C O n �O n �w co O O O' Z J O m rn O � cn C > -p N� �m W (1) a)�c Q c c a� c 0 tm Cl) 10 aci 0 a ?n — U c`ouj �d uj UU DUALIMNQ TRADE(9) oa03 PIPE LINE ENO 0007 PAVING ENQINLERM . 0000 EXCAU E G RAQING 04 Od10 LAND CLEM E Gftgy U i 0 U C'6 �J L W c� U tL� ,o cu ,N c O U_ 0 N L Q N V) O rn Q V V II Q c N N N VJ .L (t7 L C O fu E W 21% .co Q co Q STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET 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 of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. i Every day we work to improve the way we do business in order to serve you better, For information about our services, please log onto www.myflorldalicense.com. i There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. I Our mission at the Department is: license Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers, Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE: 6255900 STATE OF • - . (850) 487 -1395 10 STATE OF FLORIDA AC # 6255900 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CUC1224696 01 /00/12 118208900 CERT UNDER(NjOUND R SAEAV CNTR ALVAREZ, JOSW D! < JVA ENGINEERING CONTRACTOR INC I$ CERTIFIED under the provlelona of Ch.489 ry togtrattou date, AUG 310 2014 L12080801925 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD err... .1CWli L1109O90192! LICENSE NINR 08/08 2012 118208900 CUC1224696. The t?NnR12[_Qnrnm trrTr.Tfr%, & .+ .r+►�.ssrAa�.yp VV Named below IS CERTIFIED Under the provisions of Chapter 489, F94 Expiration date: AUG 31, 2014 ALVAREZ, JOSE M JVA ENGINEERING CONTRACTOR INC 6600 NW 32ND AVE MIAMI FL 33147 RICK SCOTT GOVERNOR DISPLAY AS REQUIRED BYLAW KEN LAWSON SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET 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 of Business and Professional Regulation. j Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. j Every day we work to improve the way we do business in order to serve you better For information about our services, please log onto www.myfloridallcense.com. j There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We ! constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! IC #6255463 DETACH HERE STATE OF FLORIDA (850) 487 -1395 STATE OF FLORIDA AC# 6 2 5 5 4 6 3 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGC1516849 Q8 /06i12 118208900 i CERTIFIED GS!?BI AI, CONTRACTOR ALVAREZ, J083 JVA ENGIN "C RING GOi&RACTOR INC IS CERTIlIED under tho proWlalons of Ch.489 ►s "tr.tioe eat., AVG 31, 2014 L12080801488 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD .2CR A wn SEQ# L11080801588 _: 4 :i :, 151684_ The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 48S.?go Expiration date: AUG 31, 2014 ALVAREZ, JOSE M JVA ENGINEERING CONTRACTOR INC 6600 NW 32ND AVE MIAMI FL 33147 RICK SCOTT GOVERNOR DISPI AY AC AFr1I npcn ov I A,., KEN LAWSON SECRETARY Municipal Gontactoes Tax Receipt Mjamt� Dario County, States of Florins TMs s's fsot A wa , oo #40T HAY COO WI 0 "U6lf l►� NAMgflfitafuATl f�F RMCiMK ma 1+�iQ�Att�,,ta�p ccN1E+,As» t1A * NEW 6USINESS 6W MN IQ A tA4q tUg. f k 33 3%47 0WN&R VA WT INEERING ..O4 TF4CTOR INC -F1('L1Y E' ,4AERING CC�V1"IdAR°#Y * EXPIRES SEPTEMBER 30, 2414 .� ba �ttefiartieti at ,aray.w«r« C'A►++$Jk— Art ��i0 war +f vulil lgr/Alav rftirr♦# ���. riritMI4YN [.IIIIIYIdr�,f.{ifl!1?KI!!�$!rY PAYMENT RWEIVED BY TAX COUACTOR 25000 111/041;,t613 0222.14(0,)424 11c EXPIRES SEPTEMBER 30, 2414 .� ba �ttefiartieti at ,aray.w«r« C'A►++$Jk— Art ��i0 war +f vulil lgr/Alav rftirr♦# ���. riritMI4YN [.IIIIIYIdr�,f.{ifl!1?KI!!�$!rY PAYMENT RWEIVED BY TAX COUACTOR 25000 111/041;,t613 0222.14(0,)424 Local Business Tax Receipt M'ar11"-0ad9 County, State of Florida M5161 0%%11011" ?"M,7E11tiVATIO" 1,11101PIWIT Mii7t. JVA ENO P*"ro RENEWAL EXPIRES CONMACTOR NC 51411 ;e SEPTEMBER 30, 2014 UM NW 32 AVE t�» i� r+ral �ra�xrtbtreMra�a M MAC M W47 Nit z>ttinl tai Cauwtlr swats OWhaff SEC. TYK OF 11U84NESS JVA ENO NEER14G+�014RACTOR 196 SPEY TY PAYMENT MEWED tel: BY TAX CG1;,"CTOR MOWP1NG '160o . (tq@It:!1713 W akri(s) t E221 M CONTRArT 072.13 ! 24 this L4callawf Tee Net+ 4ah e.•fers 4M of the lac A l*ar+la4aa Tsa. "w 11114441ipt Isom a 1leewd, .rant, ere 40*6Ce6e4 4111/ 161atel'a goaika ow^toah Ir.ia4ea.11411er aaaet astir* WA all jeveraaaeaw 4r aeay4oaeamaa41 w0wh lbws ead re M trAiiN11i1411T N me k a*iR4er. The Rft.W N0. m%#" //sel l• /is/k Ned $a&$ Remit" lei w*bw1" 0 ammo-" Cede tarsa• vcm Ptt Mere (tlt4ftletl4a, .! ! ";�� WerW w14a1.4F�!F.1!`M- 'TRl�4"liliili Local Business Tax Receipt Mlami�Dwfe County, State of Florida T)14N NOT A OU = WWTPAV 6562111 Bt!# omme NAt1>tS&O" tic" NA ENO NEER 140 CONTMCTOR NO %W NW 32 AVO taAUL K 33141 ►�� EXPIRES RMENAC SEPTEMBER 34, 2414 V746 0 #41 tatr a}g *Y*A g puts d1 nsm"i► plat iftmov to Cauf4v Cod* DyyN11pt 5EC, TYPK OF BcetHNE" PAYMENT ROClll(lD JVA EWINEER14G WWAACoTOR 196 GENUM 13ULFLINO BY Teti c:OLL$C"m + MNIRACTOR N6,25 11t1 ?i313, Wt#)tkr(s) 1 CGC1'AtM49 0222- 14- [b)(µ27 thin Lot Sovio m. Tas R*t# torly co,Mlw pmoset of the Let ail D AMws foo TYo R/f olpt is 00 litoaoft, p+falt. • r o spglsrtior 40.4 1ol4of'a #oolllR allattr, 0/ p Arrlroor. IAIAof rust a owp} wti aoq prr„owrM p oorp„afrtttNt,t n #,la q lswo or/ 10JR10a00"4 vW6 apply to the home"" The KtCHM NO. &Hurt! oW It Iiaplttrol or n! cNrltPrttlal rotbfhr Wows," Colo Sop to -j *Y MAmst Too Mon Information. v nit r#N* a L!!!llli#ltY�ilal4� # +�! .M LBT EXPIRES RMENAC SEPTEMBER 34, 2414 V746 0 #41 tatr a}g *Y*A g puts d1 nsm"i► plat iftmov to Cauf4v Cod* DyyN11pt 5EC, TYPK OF BcetHNE" PAYMENT ROClll(lD JVA EWINEER14G WWAACoTOR 196 GENUM 13ULFLINO BY Teti c:OLL$C"m + MNIRACTOR N6,25 11t1 ?i313, Wt#)tkr(s) 1 CGC1'AtM49 0222- 14- [b)(µ27 thin Lot Sovio m. Tas R*t# torly co,Mlw pmoset of the Let ail D AMws foo TYo R/f olpt is 00 litoaoft, p+falt. • r o spglsrtior 40.4 1ol4of'a #oolllR allattr, 0/ p Arrlroor. IAIAof rust a owp} wti aoq prr„owrM p oorp„afrtttNt,t n #,la q lswo or/ 10JR10a00"4 vW6 apply to the home"" The KtCHM NO. &Hurt! oW It Iiaplttrol or n! cNrltPrttlal rotbfhr Wows," Colo Sop to -j *Y MAmst Too Mon Information. v nit r#N* a L!!!llli#ltY�ilal4� # +�! .M Local Business Tax Receip F. Miami - Dade County, State of Florida -"f +TS 18 40T A MU - DO NOT PAY' 1: z56 2 2!# may' Q Ilt/llIN111" w►MpiLOCArIQN "Real" NM �XP�A�� sa ; nlrrr� c �^arwAcr r ar ,�+rr►t. sEPTEMBIEit 3% 20141, VtM by 4yt0yed tip lat"ot of byair�flst %�6{� Nei4 3 � 314 p*64sm W, C40fty colt . `.tilAMt, EI'. 3 i 7 0#0W $A - An,1 T$ 1� OWN1111' EEC. YYPR OF AUI)INEfi NA .RING CUNT' {TOR INC 196 p.t:gl7V ENGI`CtRAJi PAYMENT 1 Ci1VEd mu TAw COLLicYg16+ C`(?iVT t�Ci 7500 08/06, e :0'13 *Amter(s) I CUCI ?24f,;4 4 0222-13-600824 This Local Oust" is Tax'Weipl only conMws Payaand d tho Local Business Tax. tlti Receipt [I not a liceneo, permit or a certAcatfon nl ft holdei s quaB00arlart, is G businass, Naidw rxast aooyly with 14 governmental atnongov"n otamoiragulat" lows and rf guirements*61ch apply tedwb%ses"$, . The RECEIPT NO. above MW be displRsd on all commareial vv*t#W- Wafti -Odds Code EN "it Fos inwe informafien, visit mvw.enlanidskll WMsxttllatlras r, f�